Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2015 FBO #4816
SOLICITATION NOTICE

61 -- FIBER OPTIC ISOLATOR FOR CONNECTION TO DATA TERMINAL EQIPMENT (DTE) & (DCE)

Notice Date
1/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-15-T-6021
 
Response Due
2/12/2015
 
Archive Date
3/14/2015
 
Point of Contact
Point of Contact - NIDA B RAMOS, Contract Specialist, 619-553-4380; Gina Goodman, Contracting Officer, 619-553-5208
 
E-Mail Address
Contract Specialist
(nida.ramos@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. Competitive quotes are being requested under N66001-15-T-6021 This requirement is set-aside for small businesses, NAICS code is 335929 and the size standard is 1000. See below description: ITEM 0001: FIBER OPTIC ISOLATOR FOR CONNECTION TO DATA COMMUNICATION EQUIPMENT (DCE) / QTY 13 = $_________________ MINUMUM SPECIFICATIONS: POWER REQUIREMENT 7 12 VOLTAGE RANGE SUPPLY CURRENT 625 mA BALANCED DIFFERENTIAL SIGNALS DATA RATE DC 6.144 Mbps SAMPLING JITTER 23 % INPUT RESISTANCE 5-10 k COMMON-MODE INPUT VOLTAGE 7 V COMMON-MODE OUTPUT VOLTAGE 1.8 - 3 V UNBALANCED SINGLE-ENDED SIGNALS DATA RATE DC 120 kbps SAMPLING JITTER 0 - 0.4 % INPUT RESISTANCE 3 7 k INPUT VOLTAGE RANGE -25 -25 V OUTPUT VOLTAGE SWING 5 V ENVIRONMENTAL STORAGE TEMPERATURE-40 -85 C OPERATING TEMPERATURE 0 50 C INTERFACE CONNECTOR DB-25 MALE OTHER REQUIREMENTS 6 Mbps, TEMPEST VERSION, MULTIMODE ST OPTICS Item 0002: FIBER OPTIC ISOLATOR FOR CONNECTION TO DATA TERMINAL EQUIPMENT (DTE) / QTY 13 = $________________ MINUMUM SPECIFICATIONS POWER REQUIREMENT 7 12 VOLTAGE RANGE SUPPLY CURRENT 625 mA BALANCED DIFFERENTIAL SIGNALS DATA RATE DC 6.144 Mbps SAMPLING JITTER 23 % INPUT RESISTANCE 5-10 k COMMON-MODE INPUT VOLTAGE 7 V COMMON-MODE OUTPUT VOLTAGE 1.8 - 3 V UNBALANCED SINGLE-ENDED SIGNALS DATA RATE DC 120 kbps SAMPLING JITTER 0 - 0.4 % INPUT RESISTANCE 3 7 k INPUT VOLTAGE RANGE -25 -25 V OUTPUT VOLTAGE SWING 5 V ENVIRONMENTAL STORAGE TEMPERATURE-40 -85 C OPERATING TEMPERATURE 0 50 C INTERFACE CONNECTOR DB-25 FEMALE OTHER REQUIREMENTS 6 Mbps, TEMPEST VERSION, MULTIMODE ST OPTICS ITEM 0003: UID TAG/LABEL COST, IF APPLICABLE (ITEM THAT COSTS OVER $5,000.00) QTY 1 LOT / $_______________ ITEM 0004 : SHIPPING / QTY = 1 LOT $______________ Delivery Address: SPAWAR SYSTEMS CENTER PACIFIC RECEIVING OFFICER 4297 PACIFIC HIGHWAY, BLDG OT7 SAN DIEGO, CA 92110 GRAND TOTAL = $____________ NOTE: QUOTES MUST BE UPLOADED IN THE SPAWAR E-COMMERCE WEBSITE TO BE CONSIDERED. Basis for award: The government anticipates awarding a firm-fixed price purchase order to the lowest bidder, technically acceptable. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular Fac 2005-78, Effective 26 December 2014 and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20150115 (Effective 15 January 2015) Edition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. Current FAR & DFAR. The provision at 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications-- Commercial Items are in the e-Commerce website at https://e-commerce.sscno.nmci.navy.mil. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity(E.O. 11246), 52.211-6 Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), 52.214-6, Explanation of Prospective Bidders, 52.214-7 Late Submissions, Modifications and Withdrawals of Bids. FAR CLAUSE 52.204-99 System for Award Management Registration (Aug. 2012) (Deviation) DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items Deviation apply to this acquisition and includes 52.203-3, Gratuities (10 U.S.C. 2207), 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), 252.232- 7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227) DFARS Clause 252.204-7001,Commercial and Government Entity (CAGE) Code Reporting, 52.204-6, Data Universal Numbering System (DUNS). DFAR 252.211-7003, Unit Identification and Valuation (applies to items over 5k, UID label cost (if any). DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information This RFQ closes on February 12, 2015 at 09:00 AM, Pacific Standard Time (PST). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-15-T-6021 The point of contact for this solicitation is Nida B. Ramos nida.ramos@navy.mil Please include RFQ N66001-15-T-6021 on all inquiries. Phone or fax will not be considered. All responding vendors must be registered to the System for Award Management (SAM) Website prior to award of conduct. Information can be found at https://www.sam/gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9e07dbc7cb38043bc9fb0922fbb16dab)
 
Record
SN03627997-W 20150131/150129234742-9e07dbc7cb38043bc9fb0922fbb16dab (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.