SOLICITATION NOTICE
60 -- Fusion Splicer - J&A Brand Name - Solicitation
- Notice Date
- 7/6/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
- ZIP Code
- 97309-5008
- Solicitation Number
- 10800757
- Archive Date
- 8/6/2016
- Point of Contact
- Richard Harvey, Phone: 503-584-3773
- E-Mail Address
-
richard.a.harvey5.mil@mail.mil
(richard.a.harvey5.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation J&A Brand name Solicitation # 10800757 Action Code: Combined Synopsis/ Solicitation Notice Class Code: 423690 Other Electronic Parts and Equipment Merchant Wholesalers Subject: Fusion Splicer Solicitation Number: 10800757 Posted date: July 6th 2016 Response due Date and Time: July 22nd at 11:00 AM PST Set Aside: Total Small Business Contracting Office Address: United States Property and Fiscal Office ATTN: USPFO-P, 1776 Militia Way/PO Box 14350 Salem, Oregon 97309-5047 Deliver to: ORARNG Recruiting and Retention Office 1776 Militia Way/PO Box 14350 Salem, Oregon 97309-5047 Information to Offerors All firm-fixed pricing shall include FOB Destination. If you have any questions or concerns regarding this Request for Quote (RFQ), please contact Richard Harvey at 503-584-3773 or at email: richard.a.harvey5.mil@mail.mil. To ensure receipt of your quote, please send quote to CPT Richard Harvey SAM vendor registration is required. Please visit www.sam.gov. Step-by-step information on how to register is detailed on the website. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil Please review FAR clause 52.229-3 for any exemptions in Federal, State and Local Taxes and their applicability pertaining to your quote for this RFQ. PRICES QUOTED MUST BE VALID FOR 30 DAYS. PLEASE PRICE IN YOUR QUOTE INTO CLIN's 0001, 0002, 0003, 0004, below under specifications and submit a total with your quote. FOB Destination TO: ORARNG DCISM 1776 Militia Way/PO Box 14350 Salem, Oregon 97309-5047 Please return this page and provide the following information. Contact Person: ________________________________________________________ E-mail Address: ________________________________________________________ Telephone: ____________________________________________________________ DUNS Number: _________________________________________ CAGE Code: ________________________________________ Federal Tax ID Number _____________________________________________ Requirements for your Quote Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with a total price at the bottom for the base year and all priced out option years. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. You may also fill out the PDF version on FBO of the solicitation and send in by the closing due date and time. The award will only be made to an offeror that is all-inclusive of the requirements for this solicitation. 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. The solicitation is 10831299 and is issued as a Request for Quote (RFQ). Request for Quotes are due by June 6th, 2:00 p.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. Specifications Requirements for Fusion Splicer The Oregon Army National Guard has a requirement for a Fusion Splicer. The Fusion Splicer will be Brand name to the OFS-920 V-Groove Fusion Splicer and meeting all salient characteristics listed below. All quotes that are for other than brand name must provide a detailed specification sheet showing that the or equal Fusion Splicer can meet all salient characteristics below, and be technically approved by a government official. CLIN 0001 Fusion Splicer 1 ea. TOTAL tiny_mce_marker_____________ Alignment type: IPAS Core-to-Core Alignment (Image Pattern Analysis Alignment System) Applicable Type of Fibers: SMF (ITU-T G.652), MMF (ITU-T G.651), DSF (ITU-T G.653), NZDSF (ITU-T G.655), EDFA, EI980, Splicing Available with Various Fiber Types (SM/MM), ITU-T G.657 Applicable Fiber Dimensions: Single: Cladding Diameter 80µm ~ 150µm, Coating Diameter 100µm ~ 1,000µm Fiber Setting and Cleaved Length: 250µm (Coated): 8 ~ 16mm, 900µm: 16mm Typical Splice Loss: SMF: 0.02dB, MMF: 0.01dB, DSF: 0.04dB, NZDSF: 0.04dB Return Loss: > -60dB Splicing Times: Less than 15 seconds for splice Battery life: At least 300 splices on one charge Touch screen monitor Automatic thermal stripper, cleaner dispenser, and cleaver Water, Dust and Shock Resistant Attached Sleeve Loader Compatible with Splice-on-Connectors Dual-Sleeve Heater AC/DC charger CLIN 0002 250um/900um Micron Fiber Holders 1 ea. TOTAL tiny_mce_marker_____________ CLIN 0003 Splice Sleeves 200 ea. tiny_mce_marker______________ CLIN 0004 Fusion Splicer Cleaning Kit 1 ea. tiny_mce_marker_____________ Warranty: Standard (1) year manufacturer's warranty Delivery Date: Must be able to deliver the Fusion Splicer within 60 days after contract Award Deliver To: ORARNG, 1776 Militia Way SE, Salem, OR 97301 Product will be delivered to: ORARNG Recruiting and Retention Center 1776 Militia Way Salem OR 97309 Between the hours of 8 and 3:30 Delivery The Firm Fixed Price (FOB) delivery for these items must be delivered before August 1st 2016. If you cannot meet the delivery date with your quote before the delivery date deadline, your quote will not be accepted. Basis for Award The Government will award one contract resulting from this solicitation in accordance with FAR 13.106 to the responsible offeror conforming to all requirements in this solicitation and quoting the lowest price offeror. It is also required that you provide adequate technical documentation as required by the Specifications in this solicitation to determine you are capable of providing the product. The awarded vendor will provide us with a product sample, digital proof, and one pre-production sample of each product before contract award. This will be verified by a government representative that the product is technically acceptable before issuance of award. Provisions and Clauses NOTE: These are Required Informal Solicitation provisions and clauses, additional ones may be added at award pertaining to the individual contract. FAR 52.204-7, Systems for Award Management. FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal). FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications via the System for Award Management (SAM). FAR 52.212-4, Contract Terms and Condition-Commercial Items. FAR 52.212-5, (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36, Affirmative Action for Workers With Disabilities. FAR 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era. FAR 52.222-44, Fair Labor Standards act and Service Contract Act-Price adjustment. FAR 52.222-54, Employment Eligibility Verification. FAR 52.228-5, Insurance-Work on a government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-36, Payment by Third Party. FAR 52.225-1, Buy American - Supplies. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal). FAR 52.211-17, Delivery of Excess Quantities (for multiple quantities). FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable). FAR 52.219-28, Post Award Small Business Representation (if applicable). FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.253-1, Computer Generated Forms (when contractor is required to submit data). DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable). DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable). DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.243-7002, Request for Equitable Adjustment (when applicable). DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.215-7008, Only One Offer. DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. DFARS 252.232-7006, Wide Area Workflow. DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their proposal any time before the due date and time to: Richard Harvey at Richard.a.harvey5.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10800757/listing.html)
- Place of Performance
- Address: 1776 Militia Way SE, Salem, Oregon, 99362, United States
- Zip Code: 99362
- Zip Code: 99362
- Record
- SN04172094-W 20160708/160706234423-1141d63b3564dc35c4d172464f410133 (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 |