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