Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOLICITATION NOTICE

59 -- Network Test Equipment Kit - Package #1

Notice Date
5/24/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 141 MSG/MSC, WA ANG, 2 SOUTH OLYMPIA AVENUE, FAIRCHILD AFB, Washington, 99011-9439, United States
 
ZIP Code
99011-9439
 
Solicitation Number
F6THCC7121AW01
 
Archive Date
6/22/2017
 
Point of Contact
Matthew R. Richard, Phone: 5092477223, Robert D. Jones, Phone: 5092477224
 
E-Mail Address
Matthew.Richard@us.af.mil, robert.jones.88@us.af.mil
(Matthew.Richard@us.af.mil, robert.jones.88@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Product Description Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. Solicitation number F6THCC7121AW01 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 19 Jan 2017 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20161222. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 334419 with number of employees not to exceed 750. Description of Requirement: CLIN 0001: Network Test Equipment Kit (see below product description for exact quantities and descriptions). Must be compatible with or equal to Fluke Network DSX-5000-Pro. Must include shipping to JBLM, WA 98438. QTY 1 JOB Total $__________________ CLIN 0001 - Product Description: Description QTY Unit of Issue Two Mainframe test devices: Lithium Ion 7.2V battery able to power for at least an 8hr shift before recharging At least 5 inch touchscreen LCD display Capable of testing: cat-6, 6A, cat-5, 5e, all fiber connection types LC, SC, ST, FC, and coaxial using RJ45 for testing adapters. Meets/exceeds the following standards: TIA 568-C.2, ISO/IEC 11801:2002 and 61935-1 High impact plastic over mold case 2 Cable end analyzer modules 2 CAT 6A/Class EA permanent link adapters 1 CAT 6A/Class EA channel adapters 1 coaxial adapter support testing of 50 ohm, 75 ohm, and 93 ohm cable up to 500 meters 1 patch cord test adapter for cat 5, 5e, 6, and 6A 1 M12 - 4-position Channel Adapter for testing of 10BASE-TX IAW TIA Cat 5e or ISO Class-D 1 AX talk terminators 2 fiber OLTS modules 2 50µm Multi-mode Encircled Flux Test Reference Cord kits: SC/LC (2 SC/LC, 2 LC/LC), SC/SC (4 SC/SC), SC/ST (2 SC/ST, 2 ST/ST), SC/FC (2 SC/FC, 2 FC/FC) 4 62.5µm Multi-mode Encircled Flux Test Reference Cord kits: SC/LC (2 SC/LC, 2 LC/LC), SC/SC (4 SC/SC), SC/ST (2 SC/ST, 2 ST/ST), SC/FC (2 SC/FC, 2 FC/FC) 4 9µm Single-mode Test Reference Cord kits: SC/LC (2 SC/LC, 2 LC/LC), SC/SC (4 SC/SC), SC/ST (2 SC/ST, 2 ST/ST), SC/FC (2 SC/FC, 2 FC/FC 4 Interchange Adapters for LC, SC, ST and FC 4 Fiber quad OTDR module 1 50µm Multi-mode Cords (3 SC/LC, 3 SC/SC, 2 SC/ST, 2 SC/FC, 1 LC/LC, 1 ST/ST, 1 FC/FC) 1 62.5µm Multi-mode Cords (1 SC/LC, 3 SC/SC, 2 SC/ST, 2 SC/FC) 1 9µm Single-mode Cords (3 SC/LC, 3 SC/SC, 2 SC/ST, 2 SC/FC, 1 LC/LC, 1 ST/ST, 1 FC/FC, 2 SC/SCAPC, 2 SC/LCAPC) 1 50µm Multi-mode Test Reference Cord optical time-domain reflectometer port saver (SC/SC, LC/LC) 1 62.5µm Multi-mode Test Reference Cord optical time-domain reflectometer port saver (SC/SC, LC/LC) 1 9µm Single mode Test Reference Cord optical time-domain reflectometer port saver (SC/SC, LC/LC) 1 optical time-domain reflectometer Source Port Interchange Adapters for LC, SC/ST, FC 1 USB inspection cameras 2 Fiber Optic cleaning kit with individual cleaning adapters for LC, SC, ST, and FC 1 2-AC chargers for Lithium Ion batteries, hand straps for cases, 2-headsets 1 All testing devices and equipment TIA/ISO/IEC calibration certified 1 Three Year Warranty 1 Minimum Essential Characteristics of Network Equipment: Network equipment Kit: Must be compatible with or equal to Fluke Network test equipment *Note: Products must meet the minimum essential characteristics to be considered technically acceptable. Due to the technical nature of this requirement the customer must review and approve all bids before award of contract. **ALL SUGGESTED BRANDS ARE FOR REFERENCE ONLY. EQUAL PRODUCTS WILL BE ACCEPTED. ** In addition to the technical specifications outlined in the product description sheet, items will be evaluated based on material quality, warranty and compatibility with existing system. A firm fixed price contract will be awarded on a Best Value basis. Delivery requirement: 30 days ARO, FOB Destination to Joint Base Lewis-McChord, WA. Exact address will be provided upon award. Delivery will be to: Steve Batten, 852 Lincoln BLVD JBLM, WA 98438 Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 7 June 2017. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information: BUYER: Matthew Richard Alternate Buyer: Robert Jones Emails: matthew.richard@us.af.mil and robert.jones.88@us.af.mil Financing Information: Telephone quotes will not be accepted. Award will only be made to contractors who have registered with the System for Award Management (SAM) with the NAICS code 334419. Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov, and in Wide Area Work Flow (WAWF) at http://wawf.eb.mil. FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.211-6, Brand Name or Equal (NOT APPLICABLE ) FAR 52.212-1, Instructions to Offerors-Commercial Items 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, price, technically acceptability and compatibility with existing system "all or none" is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, 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 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law 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 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6THCC7121AW01/listing.html)
 
Place of Performance
Address: Western Air Defense Sector, 852 Lincoln BLVD, JBLM, WA 98438, JBLM, Washington, 98438, United States
Zip Code: 98438
 
Record
SN04520606-W 20170526/170524235224-38b028e061078adaa0f0c25f8c5d1a80 (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.