Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

58 -- MCU2

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67400 PSC 557 Box 2000 FPO AP 96379-2000
 
ZIP Code
96379-2000
 
Solicitation Number
M6740007T0281
 
Response Due
4/10/2007
 
Archive Date
5/10/2007
 
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 solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number M67400-07-T-0281 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15 and Defense Acquisition Circular 91-13. The North American Industry Classification System code is 334220. This procurement is not a small business set-aside; any responsible source may submit an offer. The agency need is for: ITEM NO SUPPLIES/SERVICES 0001 4 Each MCU2 Chassis W/5 slots for MCU2 Converter Modules, NRZ Mux Modules, or Combo CDI Mux Modules. Includes front panel management interface and power supply module with serial management interface, which utilizes a DB-9 RS232 compatible device. MFR MODEL#: ULTRA ELECTRONICS, P/N 97681005, or Equal 0002 12 Each MCU2 Converter Module Universal, NRZ-CDI-Fiber Conversion, supports 62.5/50/9um Fiber, JTC3A-9109C, CV, & CP-2270. Module for use in MCU2 Chassis. MFR MODEL #: ULTRA ELECTRONICS, P/N 97680011, or Equal 0003 10 Each CV-HTU-16M High Speed Tactical Converter Unit with TFOCA, UG-1837, and Push-Pin field connectors. Supports 62.5/50/9um Fiber. JTC3A-9109C and CV interoperability. FOM rates up to 16.384 Mbps. 48/5VDC Crypto Power Supply. MFR MODEL #: ULTRA ELECTRONICS, P/N 97670014, or Equal All equipment shall be covered under Original Equipment Manufacturer's Warranty. The following Clauses and Provisions apply to this acquisition. FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) The following Clauses and Provisions are incorporated by reference, with the same force and effect as in full text. Full text of these clauses and provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil FAR 52.203-3 Gratuitites (Apr 1984) FAR 52.211-9 Desired and Required Time of Delivery (Jun 1997) Government Desired Delivery Schedule: 70 days after date of contract (ARO). Government Required Delivery Schedule: 90 days ARO. Delivery is FOB Destination to Defense Distribution San Joaquin Tracy Depot Bldg 30 CCP, 5600 Chrisman Rd, Tracy Ca 95376. Offeror shall propose the delivery date ARO in the price quote. FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000), FAR 52.212-2 Evaluation - Comm Items (Jan 1999) Award will be made to the responsive, responsible offeror whose offer, conforming to the requirements of the solicitation, offers the Best Value to the Government, price, technical acceptability, to include delivery date considered. Price and technical acceptability are equal in importance. FAR 52.212-3 Offeror Representations and Certification Comm. Items (Apr 2002), FAR 52.212-4 Contract Terms and Conditions Comm. Items (Feb 2002), FAR 52.212-5 Contract Terms and Conditions Requir ed to Implement Statues or Executive Orders Comm. Items (Dec 2001), FAR 52.214-21 Descriptive Literature (Apr 2002), FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) FAR 52.222-19 Child Labor-- Cooperation with Authorities and Remedies (Jan 2006) FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003), FAR 52.233-1 Disputes (Jul 2002), FAR 52.247-34 F.O.B. Destination (Nov 1991), FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.233-2 Service of Protest (Aug 1996), DFARS 252.212-7000 Offeror Representation and Certification-Comm. Items (Jun 2005 ), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Comm. Items (Jun 2006), DFARS 252.225-7012 Preference for Certain Domestic Commodi ties (Jun 2004), DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Responsible offerors must be active in the Central Contractor Registration (Mar 2000), is mandatory requirement for all government contracts. To register online http//www.ccr.gov in. accordance with DFARS 252.204-7004. DUNS, Federal Tax ID and CAGE Code must be written on submitted quote. Payment shall be made electronically by DFAS Yokota Japan. Offers can be faxed to 011-81-6140-45-0969/0959, sent via e-mail to the e-mail address below or mail to Regional Contracting Office, Far East, Okinawa, PSC 557 BOX2000, FPO AP 96379-2000. Offers must be received no later than 4:00PM, Japan Standard Time, 10 Apr 07. Correspondence and questions related to this solicitation/synopsis may be addressed to Satomi Abe by e-mail at:satomi.abe.ja@usmc.mil. Commercial Telephone Number: 011-81-6140-45-8531 (NO COLLECT CALLS ACCEPTED). Submit questions for clarification by E-mail shall be no later than 4:00PM JST on 09 Apr 07. All responsible sources that sub mit a quote shall be considered.***
 
Web Link
USMC Regional Contracting Office, Far East
(http://rco.mcbbutler.usmc.mil)
 
Record
SN01262405-W 20070331/070329222838 (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.