|
COMMERCE BUSINESS DAILY ISSUE OF MAY 11,1999 PSA#2343INSTALLATION BUSINESS OFFICE -, CONTRACTING, DRAWER 70120, FORT BRAGG
NC 28307-0120 59 -- PROVIDE TELEPHONE CABLE AND BUILDING ENTRANCE TERMINALS FOR FORT
BRAGG, NC SOL DAKF40-99-R-0008 DUE 052899 POC Contract Specialist
GLORIA CARR (910) 396-4362 X232 (Site Code DAKF40) E-MAIL:
carrgloria@bragg.army.mil, carrgloria@bragg.army.mil. 17. The US Army,
Fort Bragg, North Carolina has a requirement to Purchase assorted sizes
and lengths of Telephone Cable and Building Entrance Terminals. This is
a combined synopsis/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 SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A
WRITTEN SOLICITATION WILL NOT BE ISSUED. All bids must reference the
Request for Proposal (RFP) number DAKF40-99-R-0008. It is the
Contractor's responsibility to be familiar with all applicable clauses
and provisions. The Standard Industrial Code (SIC) is 3357. Size
Standard is 1000 employees. The Period of Performance is 1 January 2000
through 31 December 2000, to include one (1), one-year option period.
Proposals for the fixed price requirements contract shall include
pricing for the base year and one (1) one-year option period. SCHEDULE:
ALL QUANTITIES ARE ESTIMATED. BASE YEAR: 1 January 2000 through 31
December 2000 for Contract Line Item Numbers 0001 -- 0016; CLIN 0001:
Cable, Telephone 2400 copper pairs, 24 awg, 5,000 feet; CLIN 0002:
Cable, Telephone 1800 copper pairs, 24 awg, 5,000 feet; CLIN 0003:
Cable Telephone 1200 copper pairs, 24 awg, 4,000 feet; CLIN 0004:
Cable, Telephone 900 copper pairs, 24 awg, 2, 000 feet; CLIN 0005:
Cable, Telephone 600 copper pairs, 24 awg, 10,000 feet; CLIN 0006:
Cable, Telephone 400 copper pairs awg, 5,000 feet; CLIN 0007: Cable,
Telephone 300 copper pairs, 24 awg, 3,000 feet; CLIN 0008: Cable,
Telephone 200 copper pairs, 24 awg, 10,000 feet; CLIN 0009: Cable,
Telephone 100 copper pairs, 24 awg, 10,000 feet; CLIN 0010: Cable,
Telephone 100 copper pairs, 22 awg, 10,000 feet; CLIN 0011: Cable,
Telephone 50 copper pairs, 24 awg, 10,000 feet; CLIN 0012: Cable,
Telephone 50 copper pairs, 22 awg, 5,000 feet; CLIN 0013: Cable,
Telephone 25 copper pairs, 22 awg, 10,000 feet; CLIN 0014: Cable,
Telephone 12 copper pairs, 22 awg, 5,000 feet; CLIN 0015: Cable,
Telephone 6 copper pairs, 22 awg, 5,000 feet; CLIN 0016: Terminal,
Building Entrance, Type-190, 100 pair count, 40 each; FIRST OPTION
YEAR: 1 January 2001 -- 31 December 2001 (CLINs 1001 -- 1016). (Same
Descriptions and Quantities as CLINs 0001 -- 0016). TELEPHONE CABLE
SPECIFICATION: All Telephone Cable shall consist of the following
properties: individually plastic insulated with color corded
identification per standard Bellcore practices: non- toxic jel-filled;
with a 0.5 millimeter overall copper shield with plastic jacket on the
outside of the shield; outer plastic jacket must not contain any metal
elements and be consistent thickness and shall contain length markings
identified in feet at intervals of 2 feet, must contain a
professionally installed pulling eye. Cable will be used for outdoor
direct burial applications and installation into 4 and 6 inch PVC
ductbank. Cable must not exceed 3.87 inches in overall diameter. Cable
reels that exceed 4 feet in height should be delivered on a flat bed
truck. Cable will be ordered in specified lengths and spooled onto wood
or metal reels. Cable reels shall not exceed 6.5 feet in height (reel
diameter). Cable must meet all REA PE- 39 specifications. Cable must
not contain any spare pairs. All pairs must be tested and certified as
good working pairs from the manufacturer. Test certification
documentation shall accompany every cable reel. BUILDING ENTRANCE
TERMINAL SPECIFICATIONS: Item must be brand name or equal to AT&T part
number 190A1-100 (Comcode 102995099). Product offered must consist of
Type 190, 100 pair count, cable terminal with two each 30-foot
100-pair, 24 awg. Cable tails, non-jellied filled. DELIVERY/ ACCEPTANCE
AND FOB POINT: Delivery or performance shall be made only as authorized
by delivery orders issued by the Installation Business
Office-Contracting. Delivery shall be FOB Destination to Information
Technology Business Center (ITBC), Building Number 1- 1548, Fort Bragg,
North Carolina 28307-5000 not later than 30 days after receipt or
notification of delivery order. METHOD OF PAYMENT: International
Merchant Purchase Authorization Card (IMPAC) Visa. The Government will
use the credit card to pay for orders. PROVISIONS AND CLAUSES
INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation
(FAR) provisions are applicable to the acquisition: 52.212-1,
Instructions to Offers- Commercial Items with paragraph "c" changed to
60 calendar days: 52.212-2, Evaluation Commercial Items, with the
following evaluation factors inserted in paragraph "a" of the
provision: Award will be made on the basis of the lowest priced
technically acceptable offer from the responsible offeror. Past
Performance will be utilized to make a determination of contractor
responsibility; and 52.212-3, Offeror Representations and
Certifications-Commercial Items and Defense Federal Acquisition
Supplement (DFARS) 252.212.7000, Offeror Representations and
Certifications-Commercial Items are applicable to this requirement and
offerors shall include a completedcopy of the Representations and
Certifications with their bid. The following FAR Clauses are applicable
to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial
Items; 52.203-3, Gratuities; 52.211-16, Variation in Quantity
(Paragraph (b) shall state: "5 percent increase or decrease shall apply
to each CLIN on each delivery order"); 52.211-17, Delivery of Excess
Quantities; 52-216-18, Ordering (Paragraph (a) shall state: "Such
orders may be issued from 1 January 2000 through 31 December 2000 for
CLINs 0001 -- 0016. If the Government elects to exercise the first
option year of the contract, delivery orders may be issued for the
contract periods as stated in the Schedule); 52.216-19, Order
Limitations (Paragraph (a) shall state: "$300.00", Paragraph (b) shall
state: (1) "25 percent of the total of the CLIN", (2) "$10,000", or
(3) "10" Paragraph (d) shall state: "5"); 52.216-21, Requirements
(Paragraph (f) shall state: "1 March 2001". If the Government elects to
exercise the option year of the contract, the Contractor shall not be
required to make any deliveries after 30 December 2001. Descriptive
Literature is required to evaluate technical acceptability of products
offered. Failure to submit descriptive literature or failure of
descriptive literature to show that products conforms to the
requirement of this solicitation will require rejection of offer;
52.217-9, Option To Extend The Term Of The Contract (Paragraph (a)
shall state: "30 days of contract expiration date" and paragraph (c)
shall state: "two (2) year"; 52.232-19, Availability of Funds (Shall
state: "Funds are not presently available for performance under this
contract beyond 30 Sep 99."); 52.232-17, Interest; 52.233-2. Service of
Protest (Paragraph (a) shall state: "Marcus S. Overbay,
IBO-Contracting, Bldg. 1-1333, Corner of Macomb and Armistead Streets,
Ft. Bragg, NC 28307-5000"); 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items,
with the following clauses being applicable tothe solicitation:
52.203-6 Alt I, 52.219-8, 52.222-26, 52.222-35, 52.222-36 and
52.222-37, 52.225-3. Additionally, DFARS 252.204-7004, Required Central
Contractor Registration; DFARS 252.225-7000, Buy American Act-Balance
of Payments Program Certificate; 252.212-7001, Contract Terms and
Conditions Required To Implement Statutes Applicable to Defense
Acquisition of Commercial Items, with the clauses 252.225-7001,
252.243-7002 and 252.247-7024 applicable. OFFERS ARE DUE: Offers shall
be received at the Installation Business Office-Contracting, ATTN:
Gloria Carr, Drawer 70120, Bldg. 1-1333, Room 107, Corner of Macomb and
Armistead Streets, Fort Bragg, North Carolina, 28307-5000, not later
than 3:00 p.m. ET, 28 May 99. Offerors shall submit offers that include
(1) original letter signed by an individual authorized to bind the
organization, with a schedule of offered supplies to include unit price
and total amount for each CLIN, and a grand total for all CLINs (CLINS
0001 through 1016), (2) completed Representations and Certifications,
(3) Descriptive Literature and (4) acknowledgement of any amendments
that may be issued. Any amendments that may be issued will be published
in the CBD the same as this combined synopsis/solicitation. The full
text of a solicitation provision may be accessed electronically at
these addresses: http://www.arnet.gov/far or http://farsite.hill.af.mil
or http://www.dtic.mil/dfars Points of contact for this requirement are
Ms. Gloria Carr, Contract Specialist or Mr. Marcus S. Overbay,
Contracting Officer, (910) 396-4362, Extensions, 232 and 226
respectively. Posted 05/07/99 (A-SN329086). (0127) Loren Data Corp. http://www.ld.com (SYN# 0265 19990511\59-0003.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|