Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
MODIFICATION

59 -- Computer connecting supplies

Notice Date
8/2/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
700 Robbins Ave., Bldg. 2B, Philadelphia, PA 19111
 
ZIP Code
19111
 
Solicitation Number
N0006611RCK1027
 
Response Due
8/3/2011
 
Archive Date
1/30/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is N0006611RCK1027 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 423610 with a small business size standard of 100.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-08-03 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be SUFFOLK, VA 23435 The USN NAVSUP FLC Norfolk requires the following items, Brand Name or Equal, to the following: LI 001, 24/4PR SOL NS CAT5+ CMP WHT. Hitachi Part Number 39419-8-WH-2 OR EQUIVALENT HCM Hitachi Cable Manchester 39419-8-WH-2 CAT 5e Plenum, 4 Pair, White, 1000 foot (305m) Reelex, RoHS compliant, Tested from 1 to 400 MHz, Component compliant to TIA Category 5e cable requirements, Primary Insulation FEP, Low-smoke, flame-retardant thermoplastic overall jacket, Input impedance 100 15 (0.772 to 100 MHz), Maximum resistance unbalance 5%, Maximum capacitance unbalance 330 pF/100 meters, Maximum delay skew 45 ns/100 meters, 40, EA; LI 002, JACK CAT5E WHITE FLAT MAX5E: Siemon Part Number MXS-F02 CAX 5e Jack OR EQUIVALENT Part must exceed all category 5e component requirements, must be fully qualified to 160 MHz, and easily installs from either front or rear of faceplate. The part must be able to be terminated with standard 110 termination tool. Include one color-matching, one red, and one blue icon. Optional protective door color is white for red, yellow, blue and orange modules. It must have rear strain relief cap, optional protective color-matching rubber door and be compatible with T568A/B wiring., 400, EA; LI 003, FOCONNECTOR LC 62.5/125 UNICAM: Corning Part Number 95-000-99 OR EQUIVALENT Corning UniCam Pretium-Performance LC Connector, 62.5 um Multimode Fiber, Ceramic ferrule, Single Pack, beige housing, beige 900 um, 2.0 mm and 2.9 mm boots. With the following characteristics: ?Typical insertion loss of 0.1 dB and maximum insertion loss of 0.5 dB ?Broad operating temperature range (-40 degrees to +75 degrees C) ?UniCam(R) Pretium(tm) Tool Kit ?Factory-polished end-face for consistent optical performance and factory quality ?100 percent factory tested for insertion loss ?Direct 250 um termination SC and LC connectors available, 500, EA; LI 004, Faceplate 6Port White: Siemon Part Number MX-FP-S-06-02 SIE OR EQUIVALENT Single Gang Faceplate for 6 MAX Modules with the following features:?Designed to be used with angled or flat MAX modules ?Durable finish ?Includes designation labels, clear label covers, and mounting screws, 200, EA; LI 005, BNC CONNECTOR FOR RG179, 3 PC: West Penn Part Number CN-BM74-18 OR EQUIVALENT 4 piece 75 Ohm Minimax BNC Connector with the following features:?Cable Type: Minimax miniature ?Crimp Sleeve (A):.5625" ?Dielectric Sleeve (B):.4375" ?Connector Body: 1.0" ?Center Pin:.530" ?Jacket O.D.:.146" ?Crimp braid Hex:.178" ?Center Pin Crimp:.068" ?Crimp Tool: Tl-105 ?Strip Tool: TL-825, 200, EA; LI 006, USO II DBL MOD FASCIA WHT 25/P: Molex Part Number MUS-00058-02 OR EQUIVALENT Must be RoHS Compliant with the following features:?MOUNTING BOX, THERMOPLASTIC, 1MOD, WHITE ?Series:USO II ?Accessory Type:Faceplate Module Insert ?For Use With:USO II Wallplates, Uni-Fit and Surface Box ?No. of Module Spaces:1 ?Connector Body Material:Thermoplastic, 700, EA; LI 007, LC MM MODULE: Molex Part Number MSY-00040-02 OR EQUIVALENTMust be RoHS Compliant with the following features:?SYNERGY DUPLEX LC MM MODULE WHT ?Multimode performance ?RoHS compliant?Designed to fit into Synergy system of wallplates and surface blocks ?Designed to fit into Streamline system of wallplates ?Designed to fit into USO II bezels for use with the USO II system of wallplatesDimensions: 23.9mm x 17.8mm x 27.9mm, 800, EA; LI 008, 1 POSITION RING RUN PANEL: Molex Part Number 25.B016G OR EQUIVALENT Cable Management Panel to assist with the management of patch cords.Ring Run Covers must provide access with snap-on/snap-off ease., 50, EA; LI 009, PPWERCAT 24PP 568A: Molex Part Number PID-00105 OR EQUIVALENT Patch panel with the following features:?PowerCat (Category 5E) performance ?24 Ports 1U ?PCB Mounted KATT IDC ?EIA 568A wired ?RJ45 jacks ?International hardware kit contains ANSI and metric hardware ?Compatible with EZ Bar Cable Management PanelMechanical CharacteristicsPanelMaterial: Cold Rolled SteelThickness: 1.5mm (.06?)Coating: Grey / Option for Black Jack ConnectorsPlastic Housing: Thermoplastic UL94V-0Operating Life: 750 Cycles minimumContact Material: Phosphor BronzeContact Plating: 50 inches gold over, 100 inches nickelContact Force: 100g minimumPlug Retention Force: 11 lbf minimum IDC ConnectorPlastic Housing: Thermoplastic UL94V-0Operating Life: Minimum 200 ReterminationsContact Material: Phosphor BronzeIDC Contact Plating: Solder Plate (60% tin/40% lead)Wire Accommodation: 24-22 AWG solid or stranded Electrical CharacteristicsInterface Resistance: 20 milliOhmsInitial Contact Resistance: 2.5 milliOhmsInsulation Resistance: >100 Megaohms, 50, EA; LI 010, MODULEFO WHITE FLAT DUAL ST: Siemon Part Number MX-F-S2-02-SIE OR EQUIVALENTSiemon MAX fiber adapter modules compatible with all MAX series faceplates, modular furniture adapters, surface mount boxes and patch panels. All fiber adapters are "universal" to support either multimode or singlemode fiber connections., 200, EA; LI 011, POWERCAT 48PP 568A: Molex Part Number PID-00106 OR EQUIVALENTHigh density patch panels provide cross-connect between trunk and horizontal cabling. Must meet or exceed performance specified by TSB-67 channel and basic link limits. PID-00106 Standard Grade HD Patch 5e 48 Port 8W 568A, 50, EA; LI 012, ST MM UNICAM CONNECTOR: Corning-C Part Number 95-000-50 OR EQUIVALENTUniCam Pretium-Performance Connectors, Multimode and Single-Mode with the following features: Insert loss - 0.1 dB typical/0.5 dB maximum per connector pair for multimode, 0.2 dB typical/0.5 dB maximum per connector pair for single-mode, 200, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USN NAVSUP FLC Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USN NAVSUP FLC Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52 and DFARS Change Notice 20110331. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm FAR 52.247-34, F.o.b. Destination applies 52.211-6 Brand Name or Equal 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Central Contractor Registration (CCR). Sellers must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items. 52.219-6 Notice of Total Small Business Set-Aside. 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.225-13 Restrictions on Certain Foreign Purchases. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.225-7001 Buy American Act and Balance of Payments Program. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 52.204-7 & 252.204-7004 Alt A: CCR / Alternate A 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and ConditionsCommercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0006611RCK1027/listing.html)
 
Place of Performance
Address: SUFFOLK, VA 23435
Zip Code: 23435
 
Record
SN02519289-W 20110804/110802235901-56f7c57b0b62144c819c7caf4065c972 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.