Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2004 FBO #1024
SOLICITATION NOTICE

60 -- LAN TEST EQUIPMENT UPGRADE

Notice Date
9/13/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/PKOP, Services Branch, 20 Schilling Circle, Bldg. 1305, 3rd. floor, Hanscom AFB, MA 01731-2800
 
ZIP Code
01731-2800
 
Solicitation Number
F1SC1142250500
 
Response Due
9/17/2004
 
Archive Date
11/14/2004
 
Small Business Set-Aside
N/A
 
Description
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; quotes are being requested and a written solicitation will not be issued. This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 334111, Size Standard is 1000 Employees. Solicitation/Purchase Request number F1SC1142250500 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-24, Effective 19 Jul 2004. The Government intends to award 10 Contract Line Item Numbers (CLIN) as follows: (CLIN 0001) OF-500-10 Optifiber Certifying OTDR or equivalent. If providing an equivalent item, it must meet the following performance specifications: Must be capable of testing and certifying fiber optic single mode and multi mode links, must include 1 meter dead zone and Channel Map, must include a fiber inspector with a video end face that allows an image of the fiber optic core to be examined and that image can be saved, must provide auto OTDR capabilities, must contain down loadable via Link Ware software, must provide fiber optic power meter readings, and must be able to determine loss and distance to trouble area. QUANTITY: 1 UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 15 Oct 04 FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0002) Optifiber Singlemode OTH or equivalent. If providing an equivalent item, it must be compatible with CLIN 0001. QUANTITY: 1 UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 15 Oct 04 FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0003) OFTM-5354 Video Probe 400x or equivalent. If providing an equivalent item, it must be compatible with CLIN 0001. QUANTITY: 1 UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 15 Oct 04 FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0004) NFK1-Launch ST-SC 62.5/125 Launch Cable 100m or equivalent. If providing an equivalent item, it must be compatible with CLIN 0001. QUANTITY: 1 UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 15 Oct 04 FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0005) NFK3-Launch ST-SC Singlemode Launch Cable 130m or equivalent. If providing an equivalent item, it must be compatible with CLIN 0001. QUANTITY: 1 UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 15 Oct 04 FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0006) OFBP-LI Optifiber Battery or equivalent. If providing an equivalent item, it must be compatible with CLIN 0001. QUANTITY: 1 UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 15 Oct 04 FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0007) OFCC-HCASE Optifiber Hard Carrying Case or equivalent. If providing an equivalent item, it must be compatible with CLIN 0001. QUANTITY: 1 UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 15 Oct 04 FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0008) DSP-MNC32 32 MB Mulitmedia Memory Card or equivalent. If providing an equivalent item, it must be compatible with CLIN 0001. QUANTITY: 1 UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 15 Oct 04 FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0009) NP-400 Soft Case, Patch Cords and Accessories or equivalent. If providing an equivalent item, it must be compatible with CLIN 0001. QUANTITY: 1 UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 15 Oct 04 FOB: DESTINATION. Inspection and acceptance: DESTINATION. (CLIN 0010) GLD-OP-50010-X Gold Support Services or equivalent. If providing an equivalent item, it must be compatible with CLIN 0001. QUANTITY: 1 UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 15 Oct 04 FOB: DESTINATION. Inspection and acceptance: DESTINATION. Prices must be provided for all Line Items in order to receive an award. Funds are not presently available. This procurement will be funded IAW FAR 52.232-18, Availability of Funds (APR 1984). The following provisions and clauses apply to this procurement: FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Offerors are notified that award will be made on the basis of price if the items offered are the "Brand Name" items requested above. If the items offered are "Brand Name Equals" the technical capability of the "Brand Name Equal" items will be considered in accordance with descriptive data for each line item); FAR 52.212-3 and FAR 52.212-3 Alt I Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of these provisions with their quote); DFARSS 252.225-7000 Buy American Act--Balance of Payments Program Certificate; DFARSS 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.219-6; 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37; 52.225-13, 52.232-33; FAR 52.252-2 Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 252.225-7001]. All offers are due no later than 4:00PM (Eastern Standard Time) 14 Sep 04. Offers may be emailed to arthur.perera@hanscom.af.mil, or faxed to (781) 377-0339 ATTN: Lt Art Perera ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
N/A
(http://www1.eps.gov/spg/USAF/AFMC/ESC/F1SC1142250500/N/A)
 
Place of Performance
Address: Hansocm AFB, MA
Zip Code: 01731
Country: USA
 
Record
SN00671128-W 20040915/040913211955 (fbodaily.com)
 
Source
FedBizOpps.gov 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.