Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2016 FBO #5377
MODIFICATION

60 -- Fusion Splicer Kit

Notice Date
8/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, National Guard Bureau, 101 MSG/MSC, MAINE ANG, 105 Maineiac Avenue, Suite 510, BANGOR, Maine, 04401-3055, United States
 
ZIP Code
04401-3055
 
Solicitation Number
PANNGB-16-P-0000-021661
 
Archive Date
9/3/2016
 
Point of Contact
Daniel A. Boone, Jr., Phone: 207-404-7419, Jason M. Edwards, Phone: 207-404-7107
 
E-Mail Address
daniel.a.boone3.mil@mail.mil, jason.m.edwards1.mil@mail.mil
(daniel.a.boone3.mil@mail.mil, jason.m.edwards1.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Introduction: This is a Small Business Sources Sought notice for a Mass Fusion Splicer Kit. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Purpose: The purpose of this notice is to obtain information regarding: 1) The availability and capability of qualified small business sources; 2) Whether they are small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and 3) Their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition, 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a Small Business size standard of 750 Employees. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Project Requirements: One (1) Mass Fusion Splicer Kit Salient characteristics are as follows: Sumitomo Type-Q101-CA+ or equal The splicer will align the cores not just the cladding, done on a 3AXIS alignment for precision splicing. Able to splice both Single Mode Fiber and MultiMode Fiber with splice losses not more than (SMF.02dB and MMF.01dB) Attenuation Splicing from.1 to 15dB Return Loss of <70dB Unit shall be 110 to 240VAC compatible as well as operate on a battery capable of over 144 splices per charge for field work. Capable of accepting shoes for splicing connectors directly to buffered fiber end. (Typically Lynx2 CustomFit, Corning-FuseLink or AFL-FuseConnect). SD Port for expandable Data Storage Shall have a ruggedized design covering water, shock and dust intrusion. Unit shall come as a kit with associated tools for fusion splicing including hardcase, matching Cleaver to ensure proper Fiber Cut Length for the splicer (similar to FC-6RS-C), fiber holders for 250 and 900um fiber, and spare electrodes. Adapter kit to allow for the splicing of buffered fiber to connectors such as Lynx2, FuseConnect or FuseLink (if required). Warranty Requirements: The Contractor shall provide, at a minimum, a one (1) year warranty on all equipment, supplies and repairs. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for warranty period. Delivery, Installation, and Training: Please provide anticipated delivery date. Delivery must be FOB Destination. Anticipated Contract Type: A firm fixed price contract is anticipated. Capability Statement: Contractors that believe they possess the ability to provide the required commercial equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include; 1) The total number of contractor employees, 2) Documentation of ability to provide the required kit or equal including Manufacturer Name/Model/Part Number, 3) Any other information considered relevant to this potential requirement, 4) Their Company Name, Address, CAGE code, DUNS number, and Point of Contact Information, and 5) Their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this sources sought that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically to MSgt Daniel Boone, Contract Specialist (daniel.a.boone3.mil@mail.mil) before the closing date and time of this announcement. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates award of a contract on the basis of lowest price technically acceptable evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17-1/PANNGB-16-P-0000-021661/listing.html)
 
Place of Performance
Address: 243rd EIS, 50 Western Avenue, South Portland, Maine, 04106, United States
Zip Code: 04106
 
Record
SN04219727-W 20160813/160811235034-99644636de5d4d14b3730194d1f3d2b4 (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.