SOLICITATION NOTICE
58 -- Free-Space Optics Link Deployment Kit
- Notice Date
- 8/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R11T1049
- Response Due
- 9/19/2011
- Archive Date
- 11/18/2011
- Point of Contact
- Kimberly Ross, 928-328-3314
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(kimberly.ross3@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 Effective 04 Aug 2011 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20110725 (Effective 25 July 2011) Edition. This solicitation is being issued as a Request for Quotation (RFQ) under Solicitation Number W9124R-11-T-1049. The solicitation is issued on an unrestricted basis. The North American Industry Classification System (NAICS) code is 334220 with a size standard of 750 employees. All prospective bidders must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/ccr/default.aspx. Competition is for a Firm Fixed Price (FFP) contract. It is anticipated that payment will be made by Government Visa Credit Card. Offerors shall account for any costs associated with accepting credit card payment. Quotes are being solicited on a Lowest Price Technically Acceptable (LPTA) Brand Name or Equal basis in accordance with FAR 13.106-1(b)(1). Pursuant to FAR 52.211-6 Brand Name or Equal, to be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation. Offerors shall provide sufficient technical literature to enable the Government to determine that the proposed items meets or exceeds all of the minimum salient characteristics. This requirement is to provide downrange, or remote, network connectivity where it is neither practical nor possible to install cable. The solution shall provide all the necessary equipment, to be stored in convenient hard, mobile case, which is able to be moved to a remote site. The hardware, cases, cabling, and tripods shall be tested to work together as a complete package. The items must meet or exceed the following specifications: Canon Free-Space Optics Link: Quantity: 2 Links (Link includes two transceivers) Model: Canobeam DT-130 with SFP Module Link distance: up to 1,000 meters with Auto-tracking function Full duplex throughput: 1.25 Gbps Protocol: Gigabit Ethernet Environment: Indoor or outdoor (Weatherproof: IP56) Operation Temperature Range: -20C to 50C Pelican Case Quantity: 4 each (one for each transceiver) Protective and transportable Tri-pods Include mounting hardware and case Installation Kit Includes all necessary equipment necessary to install and bring equipment to fully functional and operable state which can include, but is not limited to: J-boxes, 6-strand Bulkheads, RJ45 Coupler, Liquitite Conduit, Patch cables, and Class III Field hardened SFP modules). All quotes shall include traceable transportation costs to Cold Regions Test Center (CRTC), Ft. Greely, AK 99737. This RFQ closes on Monday, 19 September 2011 at 1:00 PM Mountain Standard Time (MST). Offers shall be clearly marked with RFQ referencing number #W9124R-11-T-1049 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928-328-6534 no later than the closing date and time. In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than 29 August 2011 at 8:00 AM MST. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Completed the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website (https://orca.bpn.gov/), and submit a signed copy of FAR Clause 52.212-3(b); or a completed copy of FAR 52.212-3, Representations and Certifications with Alternate I. Note: In order to complete the Representations and Certifications go to the Air Force Website at http://farsite.hill.af.mil, locate the referenced provision, copy and paste it to a Word document and complete.; (4) Proposed price; (5) A statement indicating that the Government Visa Credit Card will be accepted as the method of payment; and (6) Acknowledgment of Solicitation Amendments. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The CSS and all other associated documentation are located at the Mission & Installation Contracting Command Center - Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions: 52.211-6, Brand Name or Equal (Aug 1999) 52.212-1, Instructions to Offerors of Commercial items (Jun 2008) 52.212-3, Offeror Representations and Certifications Commercial Item (May 2011) with Alternate I (Apr 2011) FAR Clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jun 2010) FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (May 2011) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-28, Post-Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.232-36, Payment Third Party (Feb 2010) FAR Clauses added by addendum: 52.247-34, FOB Destination (Nov 1991) 52.252-2, Clauses Incorporated By Reference (Feb 1998) DFARS Provisions: 252.225-7000 Buy American Act-Balance Of Payments Program Certificate (DEC 2009) DFARS Clauses: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of former DOD Officials (Jan 2009) 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002) DFARS clauses added by addendum: 252.211-7003, Item Identification and Validation (Aug 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) The following Local Clauses also applies: 5152.233-4000, HQ AMC Level Protest Program (Nov 2008) If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a6280a78f3a29031e682321b1c1c3fab)
- Place of Performance
- Address: U.S. Army Cold Regions Test Center (CRTC) PO BOX 665 Delta Junction AK
- Zip Code: 99737
- Zip Code: 99737
- Record
- SN02540455-W 20110820/110819000117-a6280a78f3a29031e682321b1c1c3fab (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 |