Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2012 FBO #3717
SOLICITATION NOTICE

60 -- **BRAND NAME ONLY** CORNING PRETIUM EDGE SOLUTIONS PLENUM NON ARMORED TRUNK 230 METER, 96 FIBERS, OM3 - JUSTIFICATION AND APPROVAL

Notice Date
1/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731
 
ZIP Code
01731
 
Solicitation Number
FA8307-12-Q-1010
 
Archive Date
2/14/2012
 
Point of Contact
Miranda Self, Phone: 2109772743
 
E-Mail Address
miranda.self@us.af.mil
(miranda.self@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DETERMINATION FOR OTHER THAN FULL AND OPEN COMPETITION This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. The request for quote number is FA8307-12-Q-1010. This constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This requirement is BRAND NAME ONLY and is advertised for 100% Small Business Set-Aside. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20110725, and Air Force Acquisition Circular (AFAC) 2011-0714. The Electronic Systems Center, Cryptologic Systems Contracting Division (HNCK), intends to award a Firm Fixed Price contract utilizing Simplified Acquisition Procedures for the purchase of (2) TWO EA CORNING CABLING PRETIUM EDGE SOLUTIONS PLENUM NON ARMORED TRUNK 230 METER, 96 FIBERS, OM3 P/N: G757596TPNDDU230M. The associated North American Industrial Classification Standard Code (NAICS) is 335921, Fiber Optic Cable Manufacturing, which has a Small Business size standard of 1000. Disclosure of distribution channel is required and USE OF CABLE ASSEMBLY HOUSE IS PROHIBITED. Delivery requirements are 2-3 weeks after receipt of order. This is an EMERGENCY ACQUISITION; therefore, drop shipment is required. Award will be made on "all" or "none" basis. Please include shipping in the unit price on your quote and not as a separate line item. Place of delivery shall be ESC/HNCOIC, Attn: Chris Canales, 230 Hall Blvd., Ste 157, San Antonio TX 78243-7081. Payment will be processed through DFAS Limestone. All invoices and receiving reports will be submitted via WAWF. The detailed process will be outlined in the purchase order. All packages and shipping papers shall be marked with the order number to permit effective pricing and timely payment. To be eligible for award, you must be registered in the Central Contractor Registration (CCR). Offerors may obtain information on CCR and annual confirmation requirements via the internet at www.ccr.gov. The following FAR provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008). The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with 52.212-2, Evaluation--Commercial Items (Jan 1999) [paragraph (a) is as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement; (ii) delivery; (iii) price. Each offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (May 2011), Alternate I (Apr 2011) with their proposal. The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The following FAR clauses, either by reference or full text, apply to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items (Jun 2010). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders--Commercial Items (Aug 2011) [The clauses that are check marked as being applicable to this purchase are: 52.203-6, Restrictions on Subcontractor Sales to the Government (2006) Alternate I (Oct 1995); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.219-1, Small Business Program Representations (Apr 2011); 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003); 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); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)]; 52.247-34 F.O.B. Destination (Nov 1991); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) [The fill in portion of this clause is: http://farsite.hill.af.mil]; 52.252-2, Clauses Incorporated by Reference (Feb 1998) [The fill in portion of this clause is http://farsite.hill.af.mil]. The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) [The clauses that are check marked as being applicable to this purchase are: 52.203-3, Gratuities (Apr 1984); 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); 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003); 252.232-7010, Levies on Contract Payments (Dec 2006). The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010) [The fill in portion of this clause is: ESC Ombudsman, Bldg. 1606, 9 Eglin Street, Hanscom AFB MA 01731, Telephone: (781) 377-5106, Facsimile: (210) 377-4659, Email: ESC.Ombudsman@hanscom.af.mil.] Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. If a change occurs in this requirement only those offerors that respond to this announcement within the required time frame will be provided with any changes/amendments and considered for future discussions and/or award. Interested firms must indicate whether they are a large, small, small-disadvantaged, 8(a) or women owned business, and whether they are U.S. or foreign owned. All required information must be received on or before 30 JAN 2012 12:00 pm CST. All responsible sources may submit an offer via e-mail to miranda.self@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-12-Q-1010/listing.html)
 
Place of Performance
Address: ESC/HNCOIC, 230 HALL BLVD, STE 157, MARK FOR: MR. CHRIS CANALES, San Antonio, Texas, 78243-7081, United States
Zip Code: 78243-7081
 
Record
SN02661533-W 20120128/120126234238-cfd8930ca0b0abac168dd984b1641420 (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.