Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOLICITATION NOTICE

59 -- Telecommunication Parts

Notice Date
8/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13 3838 Vogel Road, Arnold, MO, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
HM1575-06-T-0009
 
Response Due
8/9/2006
 
Description
This is a combined synopsis/solicitation for commercial services 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. NGA intends to solicit and award a firm-fixed price contract under Federal Acquisition Regulation (FAR) Part 12 and 13. This requirement is being solicited on a full and open competitive basis. The North American Industry classification System (NAICS) code for this acquisition is 423430 size standard of 100 employees. The solicitation for this requirement is HM1575-06-T-0009. Delivery of all parts is required within 30 days of issuance of the purchase order. Requirement being solicited ? Telecommunications Parts descriptions and quantities, as follows: Instant Adhesive 3GM Tube 10PC Min.-15 ea; SM LC/SC 1Meter PVC-2 ea; SM LC/ST 1Meter PVC-2 ea; ST/SC Polishing Puck-4 ea; LC Polishing Puck-2 ea; Cable Plenum Aqua, 50 micron, Zip cord-30,000 ea; Cable Plenum Brown, 50 micron, Zip cord-10,000 ea; Cable Plenum Green, 50 micron, Zip cord-10,000 ea; Adhesive-10 ea; Primer-10 ea; Cable Labels-30 ea; Absorbent Wipes-5 ea; Alcohol Bottle-5 ea; M92004-Gray PL Zipcord Gray 62.5-10,000 ea; Optic-Prep-50PK-15 ea; 100 PR Plenum Rated Shielded & Grounded Phone Cable-1,000 ea; Fiber Outlet Box White-10 ea; Fiber Outlet Box Ivory-10 ea; Fiber Bezel LC Duplex-30 ea; Fiber Bezel SC Duplex-30 ea; Blue Icon (25 per bag)-20 ea;Green Icon (25 per bag)-20 ea; Light Ivory Icon (25 per bag)-20 ea; White Blank Tab-20 ea; 8-Strand Fiber Whip, 50 ft, LC-LC Aqua-10ea; 8-Strand Fiber Whip, 75 ft, LC-LC Aqua-10ea; 8-Strand Fiber Whip, 100 ft, LC-LC Aqua-10 ea; 4-Strand Fiber Whip, 50 ft, SC-SC Green-10 ea; 4-Strand Fiber Whip, 75 ft, SC-SC Green-10 ea; 4-Strand Fiber Whip, 100 ft, SC-SC Green-10 ea; Catalyst 3750 24 100BaseFX + 2 SFP Standard Multilayer Image-3 ea; GE SFP, LC connector SX transceiver-6 ea; Packaged SMARTnet 8x5xNBD -- Category 8-3 ea; SM LC Duplex-100 ea; Cable Labels-30 ea; 25 PR Plenum Rated Shielded & Grounded Phone Cable-4,000 ea; 50 Micron Plenum, 36 Fiber, Aqua-3,000 ea; 50 Micron Plenum, 36 Fiber, Green-3,000 ea; 2 Fiber zip Cord 50/125um Multimode Giga-Link 1Gig- 2000 meters, 10Gig- 110 meters 3mm Jacket-15,000 ea; Duplex Cable Assembly, LC / LC, 50 micron Multimode, 10 Meter-500 ea; Duplex Cable Assembly, LC / LC, 50 micron Multimode, 15 Meter-500 ea; Duplex Cable Assembly, LC / LC, 50 micron Multimode, 20 Meter-500 ea; Duplex Cable Assembly, LC / LC, 50 micron Multimode, 30 Meter-500 ea; Duplex Cable Assembly, LC / LC, 50 micron Singlemode, 20 Meter, Zip cord-30 ea; Duplex Cable Assembly, LC / SC, 50 micron Singlemode, 20 Meter, Zip cord-30 ea; 1U Adapter Panel, Low Profile Pivoting, Rack Mount Patch Fiber Cabinet (holds 3 fiber modules in ZDB)-5 ea; 6 Duplex SC adapters MM (12 strands/adapter)-10 ea; 6 Duplex LC adapters MM (12 strands/adapter) Collateral-10 ea; 6 Duplex LC adapters MM (12 strands/adapter) SCI-10 ea; Zone Distribution Box-5 ea;Tray bracket for ceiling enclosure-1 ea. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-10. The provisions at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The award will be made to the best overall value and technically acceptable offeror who meets the requirement. The award will be based on all or none. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification?Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-23, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-34, Payment by Electronic Funds Transfer ? Other Than Central Contractor Registration; 52.232-36, Payment by Third Party. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act?Free Trade Agreements?Balance of Payments Program; 252.247-7023, Transportation of Supplies by Sea. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. This requirement will be paid via a Purchase Order. All offers are due to this agency no later than 2:00 p.m., Central Daylight Time (CDT), 9 Aug 06. Send all offers via facsimile to 314-263-8024, Attention: Pat Huddleston. Point of Contact Patricia Huddleston, Contract Specialist, Phone (314) 263-4211 x113, Fax (314) 263-8024, Email huddlestop@nima.mil
 
Place of Performance
Address: 3838 Vogel Road, Arnold, MO
Zip Code: 63010
Country: UNITED STATES
 
Record
SN01104789-W 20060804/060802222021 (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  © 1994-2020, Loren Data Corp.