Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

60 -- Cable Systems & Accessories

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063 1155 Defense Pentagon, Washington, DC, 20301-1155, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HQ0034-07-T-0009
 
Response Due
6/8/2007
 
Archive Date
6/23/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is HQ0034-07-T-0009 and is being issued as a Request for Quotation (RFQ). (iii) This Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16, dated 22 March 2007 (iv) This is a 100% small business set-aside. The applicable NAICS is 335921 with a size standard of 1,000 employees. (v) The following item(s) are being solicited: CLIN ITEM QUANTITY UNIT OF MEASURE 0001 OTDR Test Fiber Box 6 ea 0002 OTDR Test Fiber Box 6 ea 0003 Small Talk, Talk Set 7 set 0004 OTDR FC Adapter 6 ea 0005 OTDR SC Adapter 6 ea 0006 OTDR FC Angle Connector Panel 6 ea 0007 OTDR ST to APC Adapter 6 ea 0008 Portable Test Fiber Box 6 ea 0009 Portable Test Fiber Box 6 ea 0010 Test Fiber Box Launch Cable 4 ea 0011 SC MULTIMODE UNICAM 300 ea 0012 SM APC Simplex SC Coupler 10 ea 0013 SC APC Simplex Connector 10 ea 0014 FC APC Simplex Connector 10 ea 0015 Visual Fault Finder 8 ea 0016 Headlamp 12 ea 0017 Flashlight 12 ea 0018 Accu-cut 3-in-1 Cutters 12 ea 0019 Replacement blades & Anvil 12 pk 0020 4 Pr. Punchdown 1 ea 0021 MiniMoray shield connector 10 ea 0022 Cable Bond Kit 1 kt 0023 Picabond Splices 1 bx 0024 Flexable Ground Clamp 6 ea 0025 BTC Copper Single Conductor 10 ea 0026 Telecom & Ground Connector 10 ea 0027 Cleaning Wipes 1 cs 0028 66M150 Termination Block 4 ea 0029 66M1-50 Stand off Bracket 4 ea 0030 6x12pr Block 4 Ea 0031 5pr Impact tool 1 ea 0032 4 Fiber Bundle/62.5 micron Multi-mode 14,000 ft 0033 6 Fiber Bundle/62.5 micron Multi-mode 14,000 ft 0034 18 Fiber Bundle/62.5 micron Multi-mode 7,000 Ft 0035 18 Fiber Bundle/Singlemode 7,000 ft (vi) CLIN 0001 Description: OTDR Test Fiber Box, SM, ST-ST Manufacturer and P/N: Corning; PTF-300M-SP6161; EQUAL OR BETTER CLIN 0002 Description: OTDR Test Fiber Box, SM, ST-SC Manufacturer and P/N: Corning, PTF-300M-SP5861; EQUAL OR BETTER CLIN 0003 Description: Small Talk, Talk Set, 1300Nm, 2 Units/Bidirectional/30DB Range/9V Battery Manufacturer and P/N: Corning, smallTALK-SM; EQUAL OR BETTER CLIN 0004 Description: OTDR FC Adapter Manufacturer and P/N: Corning, UC-130-25T; EQUAL OR BETTER CLIN 0005 Description: OTDR SC Adapter Manufacturer and P/N: Corning, UC-130-55A; EQUAL OR BETTER CLIN 0006 Description: OTDR FC Angle Connector Panel Manufacturer and P/N: Corning, UC-130-60; EQUAL OR BETTER CLIN 0007 Description: OTDR ST to APC Adapter Manufacturer and P/N: Corning, UC-130-75; EQUAL OR BETTER CLIN 0008 Description: Portable Test Fiber Box, 1 Fiber, 100 Meters, MM 62.5UM, ST-ST Manufacturer and P/N: Corning, PTF-100M-6P5050; EQUAL OR BETTER CLIN 0009 Description: Portable Test Fiber Box, 1 Fiber, 100 Meters, MM 62.5UM, ST-SC Manufacturer and P/N: Corning, PTF-100M-6P3950; EQUAL OR BETTER CLIN 0010 Description: Test Fiber Box Launch Cable ST-MTRJ 100 Meters MM Manufacturer and P/N: Corning, PTF-200M2-6P5097; EQUAL OR BETTER CLIN 0011 Description: SC Multimode Unicam ? Ceramic Ferrule Manufacturer and P/N: Corning, 95-000-40; EQUAL OR BETTER CLIN 0012 Description: SM APC Simplex SC CouplerManufacturer and P/N: Corning, ADP-SC00-CCGFL-CLS; EQUAL OR BETTER CLIN 0013 Description: SC APC Simplex Connector Manufacturer and P/N: Corning, 95-211-08-SP; EQUAL OR BETTER CLIN 0014 Description: FC APC Simplex Connector Manufacturer and P/N: Corning, 95-211-10-SP; EQUAL OR BETTER CLIN 0015 Description: Visual Finder Manufacturer and P/N: Corning, VFL350; EQUAL OR BETTER CLIN 0016 Description: Headlamp Manufacturer and P/N: Princeton Tec, APEX; EQUAL OR BETTER CLIN 0017 Description: Flashlight Manufacturer and P/N: Fenix, L2D-CE; EQUAL OR BETTER CLIN 0018 Description: Accu-cut 3-in-1 Cutters Manufacturer and P/N: Craftsman, 9-37310; EQUAL OR BETTER CLIN 0019 Description: Replacement blades and Anvil (3 per pack) Manufacturer and P/N: Craftsman, 9-37250; EQUAL OR BETTER CLIN 0020 Description: 4 Pr Punchdown Manufacturer and P/N: AMP, 1725062-1; EQUAL OR BETTER CLIN 0021 Description: MiniMoray Shield Connector Manufacturer and P/N: Preformed, 8000751; EQUAL OR BETTER CLIN 0022 Description: Cable Bond Kit Manufacturer and P/N: Preformed, 8000725; EQUAL OR BETTER CLIN 0023 Description: Picabond Splices (1000 per box) Manufacturer and P/N: TYCO, 61226-2; EQUAL OR BETTER CLIN 0024 Description: Flexable Ground Clamp Manufacturer and P/N: Thomas&Betts/Blackburn, FJ; EQUAL OR BETTER CLIN 0025 Description: BTC Cooper Single Conductor Manufacturer and P/N: Thomas&Betts/Blackburn, BTC0614; EQUAL OR BETTER CLIN 0026 Description: Telecom & Ground Connector Manufacturer and P/N: Fargo, GC5006SH; EQUAL OR BETTER CLIN 0027 Description: Cleaning Wipes Manufacturer and P/N: Polywater, CD-1; EQUAL OR BETTER CLIN 0028 Description: 66M150 Termination Block Manufacturer and P/N: Seimon, S66M1-50; EQUAL OR BETTER CLIN 0029 Description: 66M1-50 Stand off Bracket Manufacturer and P/N:Seimon, S89B; EQUAL OR BETTER CLIN 0030 Description: 6x12pr Block Manufacturer and P/N: Seimon, S66B1-12; EQUAL OR BETTER CLIN 0031 Description: 5pr Impact Tool Manufacturer and P/N: Fluke, 1005900; EQUAL OR BETTER CLIN 0032 Description: 4 Fiber Bundle/62.5 Micron Multi-mode/FDDI (7,000 feet or 14,000 feet per Reel) Manufacturer and P/N: Sumitomo, FB04M6; NO SUBSTITUTION CLIN 0033 Description: 6 Fiber Bundle/62.5 Micron Multi-mode/FDDI (7,000 or 14,000 feet per Reel) Manufacturer and P/N: Sumitomo, FB06M6; NO SUBSTITUTION CLIN 0034 Description: 18 Fiber Bundle/62.5 Micron Multi-mode/FDDI (3,500 or 7,000 feet per Reel) Manufacturer and P/N: Sumitomo, FB18M6; NO SUBSTITUTION CLIN 0035 Description: 18 Fiber Bundle/Singlemode (3,500 or 7,000 feet per Reel) Manufacturer and P/N: Sumitomo, FB18SX; NO SUBSTITUTION (vii) Please provide manufacturer description and specifications with your quote. DELIVER TO: PENREN (BOWHEAD) WAREHOUSE 10505 FURNACE RD SUITE 108 LORTON, VA 22079 Delivery Date: w/in 10 days after award Provide quotes with F.O.B. Destination and all shipping costs incorporated into price. (viii) The following provision applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors ? Commercial (SEPT 2006). The following provision is being added as an addendum: 52.252-2, Clauses Incorporated by Full Text (FEB 1998). (ix) The following provision does not apply to this requirement: FAR 52.212-2, Evaluation ? Commercial Items (JAN 1999). However, the Government intends to review quotes and award a contract without discussions. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in offers received. Award will be based on best value to the Government. (x) Offerors are to include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (NOV 2006). Also, if your company is a vendor not registered to do business with the Government, please check web address: www.ccr.gov to get registered. (xi) The following Clause is applicable to this requirement: 52.212-4, Contract Terms and Conditions -- Commercial Items, (FEB 2007) (xii) The following clause is applicable to this requirement: FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, (MAR 2007). The following provisions and clauses apply to this requirement: 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.225-3 Buy American Act- Supplies 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration 252.225-7012 Preference for Certain Domestic Commodities 252.226-7001 Utilization of Indian Organizations, Indian Owned Economic Entities, and Native Hawaiian Small Business Concerns 252.227-7015 Technical Data ? Commercial Items 252.227-7037 Validation of Restricted Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests 243.243-7002 Certification of Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea Full text provisions and clauses can be found at: http://farsite.hill.af.mil http://www.acq.osd.mil/dp/dars/index.html (xiii) Wide Area Workflow (WAWF) Invoicing Instructions: INVOICING INSTRUCTIONS (WHS, A&PO Aug 2006) a) In compliance with DFARS 252.232-7003, "Electronic Submission of Payment Request (March 2003)", Washington Headquarters Services, Acquisition & Procurement Office (WHS, A&PO) utilizes WAWF-RA to electronically process vendor request for payment. The web based system is located at https://wawf.eb.mil, which provides the technology for government contractors and authorized Department of Defense (DOD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. The contractor is required to utilize this system when submitting invoices and receiving reports under this contract. Submission of hard copy DD250/Invoice/Public Vouchers (SF1034) will no longer be accepted for payment. The contractor shall (i) ensure an Electronic Business Point of Contract is designated in Central Contractor Registration at http://www.ccr.gov/ and (ii) register to use WAWF-RA at https://wawf.eb.mil within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. The designated CCR EB point of contact is responsible for activating the company?s CAGE code on WAWF by calling 1-866-618-5988. Once the company CCR EB is activated, the CCR EB will self-register on the WAWF and follow the instructions for a group administrator. Step by step instructions to register are available at http://wawf.eb.mil. The contractor is directed to select either ?Invoice as 2-in-1? for services only or ?Invoice and Receiving Report (Combo)? for supplies or any combination of goods and services. Both types of invoices fulfill the requirement for submission of the Material Inspection and Receiving Report, DD Form 250. Back up documentation may be attached to the invoice in WAWF under the ?Misc Info? tab. Fill in all applicable information under each tab. The following required information should automatically pre-populate in WAWF; if it does not populate, or does not populate correctly, enter the following information: ?Issue by DoDAAC? field enter HQ0034 ?Admin DoDAAC? field enter HQ0034 ?Payment DoDAAC? field enter To Be Determined at time of Award ?Ship to Code/ EXT? field enter in To Be Determined at time of Award ?Inspect By DoDAAC/ EXT? fields To Be Determined at time of Award ?LPO DoDAAC/ EXT? fields - ?Leave blank? ALWAYS leave blank. Contractor shall verify that the DoDAACs automatically populated by the WAWF-RA system match the above information. If these DoDAACs do not match then the contractor shall correct the field(s) and notify the contracting officer of the discrepancy (ies). Take special care when entering Line Item information. The Line Item tab is where you will detail your request for payment and material/services that were provided based upon the contract. Be sure to fill in the following items exactly as they appear in the contract: ? Item Number: If the contract schedule has more than one ACRN listed as sub items under the applicable Contract Line Item Number (CLIN), use the 6 character, separately identified Sub Line Item Number (SLIN) (e.g. ? 0001AA) or Informational SLIN (e.g. ? 000101), otherwise use the 4 character CLIN (e.g. ? 0001). ? ACRN: Fill-in the applicable 2 alpha character ACRN that is associated with the CLIN or SLIN. Note ? DO NOT INVOICE FOR MORE THAN IS STILL AVAILABLE UNDER ANY CLIN/SLIN/ ACRN. ? Unit Price ? Unit of Measure Shipment numbers must be formatted as follows: For Services, enter ?SER? followed by the last 4 digits of the invoice number. For Construction, enter ?CON? followed by the last 4 digits of the invoice number. For Supplies, enter ?SUP? followed by the last 4 digits of the invoice number. If the invoice number is less than 4 digits, enter leading zeros. Before closing out of an invoice session in WAWF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on ?Send More Email Notification? on the page that appears. Add the following email address denise.v.thompson@whs.mil in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the government is important to ensure that all appropriate persons are aware that the invoice documents have been submitted into the WAWF-RA system. If you have any questions regarding WAWF, please contact the WAWF Help Desk at 1-866-618-5988. (b) CONTRACTING OFFICER'S POINT OF CONTACT. A Contracting Officer's Point of Contact (COPOC) monitors all technical aspects of the contract and assists in contract administration. The COPOC is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance, monitor Contractor's performance and notify both the Contracting Officer and the Contractor of any deficiencies; coordinate availability of Government Furnished Property (GFP), and provide site entry of Contractor personnel. (1) The COPOC is not authorized to change any of the terms and conditions of the contract. Changes in the scope of work shall be authorized only by the Contracting Officer in a properly executed written modification to the contract. (2) The COPOC is not authorized to redelegate his/her authority. (3) The COPOC is not authorized to initiate acquisition actions by use of imprest funds or blanket purchase agreements, nor to issue purchase orders, place calls or delivery orders under basic agreements, basic ordering agreements or indefinite-delivery contracts. (xiv) There is no Defense Priorities and Allocations System (DPAS) number assigned to this requirement. (xvii) OFFERS ARE DUE 8 JUNE 2007, 12:00 PM AT THE FOLLOWING ADDRESS: WHS/A&PO ATTN: DENISE THOMPSON 100 BOUNDARY CHANNEL DR ARLINGTON, VA 22030 The points of contact for this requirement are: Contract Specialist, Denise Thompson, at (703) 695-3457 or denise.v.thompson@whs.mil; Contracting Officer, Alvina Woodson at 703-693-3950 or alvina.woodson@whs.mil.
 
Place of Performance
Address: 10505 Furnace, Building # 4, Lorton, VA
Zip Code: 22079
Country: UNITED STATES
 
Record
SN01297257-W 20070519/070517221806 (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.