Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,1997 PSA#1861

Fleet and Industrial Supply Center, Norfolk Washington Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC 203

70 -- HARDWARE SOL N00600-97-Q-C903 DUE 061097 POC No solicitation document will be issued. Fax quotations to Customer Services at (202) 433-9569. For further information, contact Beverly Sivels, Purchasing Agent on (202) 433-3978. (i.) This is a COMBINED SYNOSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solcitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number N00600-97-Q-C903 is issued as a Request for Quote (RFQ). (iii.) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #36. (iv.) FAR 52.219-6, Notice of Total Small Business Set-Aside is hereby incorporated by reference. The standard classification code is 3861 and the small business size is 750 employees. (v.) A list of CONTRACT LINE ITEM NUMBER(S) and items are: CLIN 4 PR, 24 AWG, Solid Cond, Cat. 5 (FEP), Blue Jacket. (40,000 ft x __ __ = ____), P/N: 7130029-Blue, (Quantity 1 LOT). CLIN 0002: 4 PR, 24 AWG, Solid Cond, Cat.5 (FEP), Red Jacket (45,000 ft x __ ___) P/N: 7130029-Red, (Quantity 1 LT). CLIN 0003: RJ-45 to RJ-45 (258A/568B) -5 feet, Blue Jacket, P/N: TEAS52-Blue -5 ft, (Quantity 162 EA). CLIN 0004: RJ-45 to RJ-45 (258A/568B) -5 Feet, Red Jacket, P/N: TEAS52-Red -5 ft, (Quantity 163 EA). CLIN 0005: RJ-45 to RJ-45 (258A/568B) -10FT, Blue Jacket, P/N: TEAS52-Blue 10ft, (Quantity 81 EA). CLIN 0006: RJ-45 to RJ-45 (258A/568B) -10FT, Red Jacket, P/N: TEAS52-Red 10ft, (Quantity 81 EA). CLIN 0007: RJ-45 to RJ-45 (258A/568B) -15FT, Blue Jacket, P/N: TEAS52-Blue -15FT, (Quantity 81, EA). CLIN 0008: RJ-45 to RJ-45 (258A/568B) -15FT, Red Jacket, P/N: TEAS52-Red -15FT, Red -15FT, (Quantity 82 EA). CLIN 0009: Hubbell Single Port Faceplate, Office White, P/N: 8060025, (Quantity 1 EA). CLIN 0010: Hubbell 2 Port Single Gang Faceplate, Office White, P/N: 8060026, (Quantity 15 EA). CLIN 0011: 2 Port Biscuit Block, P/N: 8060030, (Quantity 147 EA). CLIN 0012: Hubbell Single RJ45-110 Jack, Cat 5, 568B Gray, P/N: 6380250 -- Gray, (Quantity 162). CLIN 0013: Hubbell Single RJ45-110 Jack, Cat 5, 568B Orange, P/N: 6380250 Orange, (Quantity 163 EA). CLIN 0014: Box Eliminator (Mounting Ring), Allen-Tel or Erico, P/N: 8950071, (Quantity 15 EA). CLIN 0015: Stainless Steel Wall Plate W/Split Grmt, 1.38 Dia, P/N: 8050029, (Quantity 35 EA). CLIN 0016: 24 Port, Cat 5, Patch Panel, RJ-45 110 8P8W, 568B, P/N: 8950059, (Quantity 20 EA). CLIN 0017: Wire Organizer w/24-1" Rings & 2-3" Rings, 19"W x 1.75" H, P/N: 8950028, (Quantity 10 EA). CLIN 0018: Enclosed Cabinet with Smoked Door, 19" W 72"H, P/N: 8950007, (Quantity 2 EA). CLIN 0019: Latching Duct Junction Box & Cover (Off White), P/N: 9990215, (Quantity 35 EA). CLIN 0020: 1 Piece Latching Duct, 94"H x 1.51"W (Off White), (300 ft. x __ __ = __ ___), P/N: 9990218, (Quantity 1 LT). CLIN 0021: Coupling for .94"H x 1.51"W, Latching Duct (Off White), P/N: 9990221, (Quantity 50 EA). CLIN 0022: Wall mounted F/O Distribution Box 12 Sts, P/N: 8950019, (Quantity 4 EA). CLIN 0023: (2) STs to (2) Simplex SCs, P/N: 9342121-10FT, (Quantity 6 EA). CLIN 0024: Cable Ty-Wraps-14" in length, P/N: 9950200, (Quantity 3,000 EA). CLIN 0025: Cable Ty-Wraps-6" in length, P/N: 9950201, (Quantity 3,000 EA). CLIN 0026: Fiber Optic Cable, 6 Channel, 62.5/125 Micron (FEP), P/N: 7170029, (Quantity 500 EA). CLIN 0027: 3M Hot Melt ST Connector 125m, P/N: 6700030, (Quantity 24 EA). CLIN 0028: 4 PR, 24AWG, Solid Cond, CAT 5 (FEP), Blue Jacket, (1000 Ft x __ ____= __ ___), P/N: 7130029, (Quantity 1 LT). CLIN 0029: 4 PR, 24 AWG, Solid Cond, CAT 5, (FEP), Red Jacket, (1000 Ft x __ ____ = __ ___), P/N: 7030029-Red, (Quantity 1 LT). CLIN 0030: RJ-45 to RJ-45 (258A/568B) -5FT, Blue Jacket, P/N: TEAS52-Blue -5FT, (Quantity 10 EA). CLIN 0031: RJ-45 to RJ-45 (258A/568B) -5FT, Red Jacket, P/N: TEAS52-Red -5FT, (Quantity 10 EA). CLIN 0032: RJ-45 to RJ-45 (258A/568B) -10FT Blue Jacket, P/N: TEAS52-Blue -10FT, (Quantity 5 EA). CLIN 0033: RJ-45 to RJ-45 (258A/568B) -10FT Red Jacket, P/N: TEAS52-Red 10FT, (Quantity 5 EA). CLIN 0034: RJ-45 to RJ45 (258A/568B) -15FT, Blue Jacket, P/N: TEAS52-Blue -15FT, (Quantity 5 EA). CLIN 0035: RJ-45 to RJ-45 (258A/568B) 15FT, Red Jacket, P/N: TEAS52-Red -15FT, (Quantity 5 EA). CLIN 0036: Stewart Crimp Die, RJ-45 (8 Position), P/N: 8110037, (Quantity 1 EA). CLIN 0037: Stewart Cripm Tool for All Dies, P/N: 8110038, (Quantity 1 EA). CLIN 0038: 2 Port Biscuit Block, P/N: 8060030, (Quantity 10 EA). CLIN 0039: Hubbell Single RJ45-110 Jack CAT 5, 568B Gray, P/N: 6380250 -- Gray, (Quantity 10 EA). CLIN 0040: Hubbell Single RJ45-110 JACK CAT 5, 568B Orange, P/N: 6380250-Orange, (Quantity 10 EA). CLIN 0041: RJ45 (8) Position Plug w/o Key (CAT 5), P/N: 6370002, (Quantity 50 EA). DESCRIPTION OF REQUIREMENTS: The Fleet Industrial Supply Center Detachment Washington intends to procure hardware for Director, NCIS, WNY, BLDG. 111, Attn: 04A, 901 M Street, SE, Washington, DC. This requirement is only for supplies. (vii.) DELIVERY is to be made FOB Destination to NCIS, WNY, BLDG. 111, Attn: 04A, 901 M Street, SE, Washington, DC 20388-5380 by 15 days after effective date of contract. Acceptance shall be made at destination. FAR 52.212-1, Instructions to Offers-Commercial Items, is incorporated by reference and applies to this acquisition. (ix) FAR 52.212-2, Evaluation -- Commercial Items, is incorporated by reference and applies to this acquisition. Para. (a) The following factors shall be used to evaluate offers: technical capability and price. Technical capability is approximately equal to price. (x) Offerors SHALL include a COMPLETED copy of the provision at FAR 52.212-3, OFFEROR/REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, with it proposal. (xi) FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" is incorporated by reference andapplies to this acquisition and resulting contract. The following terms and conditions are added as an addendum to this clause: Type of contract: The resulting contract will be firm fixed price. FAR 52.232-18, Electronic Funds Transfer Payment (Apr 1984). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, (Oct. 1995) is incorporated in this contract by reference, however for paragraphs (b) and only the following provisions apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternated I. FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 23). FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (dx2) and (3)); FAR 52.219-14, limitation Subcontracting. FAR 52.222-26, Equal Opportunity (E.O. 11246). FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Vietnam Era Veterans (38 U.S.C. 4212). Far 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212) FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 0). FAR 52.225-18, European Community Sanctions for End Products (E.O. 12849). (xiii) ADDITIONAL CONTRACT REQUIREMENTS: STANDARD COMMERCIAL WARRANTY, SUP 52 52.246-9401 (JAN 1992). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty shall cover a period of months (Offeror to insert time-frame, __ __ __ __ __ ___). (xiv.) DPAS rating is N/A. (XV) CBD number Note #1 applies to this procurement. (xvi.) Three technical and three cost proposals are due 10 JUN 1997 at 2:00 P.M. Eastern Time at the FISC Norfolk Detachment Washington Customer Service Center, 901 M. Street., SE, Washington Navy Yard, Bldg. 200, 4th Floor, Washington, DC 20374-5014. Offerors MUST acquaint themselves with the NEW regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as called for in this synopsis/solicitation. For questions regarding this specific acquisition contact Mrs. Beverly A. Sivels on (202) 433-3978. (0155)

Loren Data Corp. http://www.ld.com (SYN# 0361 19970606\70-0011.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page