Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2008 FBO #2491
SOLICITATION NOTICE

60 -- Telecommunication equipment

Notice Date
9/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Quantico Contracts Unit, FBI Engineering Research Facility, FBI Academy, Quantico, Virginia, 22135
 
ZIP Code
22135
 
Solicitation Number
08-Q-E006560
 
Archive Date
9/23/2008
 
Point of Contact
Debra E. Chapman,, Phone: 7036326256, Renee L. Braun,, Phone: 703-632-6908
 
E-Mail Address
dchapman@fbiacademy.edu, rbraun@fbiacademy.edu
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis/solicitation is for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional info rmation included in this notice. This announcement constitutes the only notice; a paper solicitation will not be issued. Request for Quotation (RFQ) number 08-Q-E006560 shall be referenced on any price quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 Effective 06/12/2008. All future info rmation about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date info rmation about this acquisition. This RFQ is being conducted as a 100% small business set aside. The Federal Bureau of Investigations (FBI) has a requirement for the following items (Description/Qty: 1. 02-AA1-000000-00 CAC ADIT 600 Base 115/48V - 6 EACH 2. 740-0090 CAC ADIT 600 QUAD 4WIRE E&M CARD - 36 EACH 3. 710-0019 CAC RACK Installation Kit for ADIT 600 NEBS - 3 EACH 4. PJ766 ADC 3 Conductor Dual 3' - 20 EACH 5. PJ722 ADC 3 Conductor Single 6' - 4 EACH 6. PJ746 ADC Bantam Looping plug - 20 EACH 7. DSX4H-2H ADC DSX-3 2 Position Chassis - 4 EACH 8. DSX-4H-MB-ICM ADC DSX 3 Interconnect Modules - 6 EACH 9. ACK-PCH-M1 ADC Patch Cord Start up kit - 2 EACH 10. PCH-BBXD-010 ADC Coax Jumper 10' - 6 EACH 11. PCH-BBXD-100 ADC Coax Cable 100 feet - 6 EACH 12. D1M-1E1014 ADC 64 Circuit Bantam Interconnect Panel - 2 EACH 13. 5131278E - CAT 5e Plenum 4 Pair Blue - 2,000 EACH 14. FIT-221-1/2 Alpha Wire ½" x 4' Black Heat Shrink = 2 EACH 15. FIT-221-3/8 Alpha Wire 3/8" x 4' Black Heat Shrink - 2 EACH 16. FIT-221-1/4 ALPHA Wire ¼" x 4' Black Heat Shrink - 2 EACH 17. FIT-221-1/8 Alpha Wire 1/8" x 4' Black Heat Shrink - 2 EACH 18. FIT-221-1/16 Alpha Wire 1/16" x 4' Black Heat Shrink - 2 EACH 19. 229912 1 - 50 PIN Telco Connector Male - 60 EACH 20. 229913 1 - 50 PIN Telco Connector Female 45 EACH. Salient Characteristics for the Interconnect Panel - Physical dimensions: Depth - Not greater than 18", Width - shall be able to be installed in a standard 19" equipment cabinet or rack, Height - shall not be greater than 7". Monitoring interfaces: The unit must be equipped with 64 each x 2 bantam jack circuits (128 total) wired for DS-1 interconnections. Each circuit will consist of three jacks; in, out, & monitor. These bantam jack circuits will be wired internally to connect one set of the 64 jacks to the other set of 64 jacks. Both sets of 64 circuit jacks will be wired to the rear of the interconnect panel for connection to the interfacing equipment. Equipment interface connections: One set of the 64 circuits wired to the rear for interface to the equipment will be on wire wrap posts. The other set of 64 circuits will be wired to the rear for interface to the equipment via RJ-45 jacks wired for DS-1 connections. Please include your company's shipping terms in the quote. Any shipping costs that will be applied to this requirement shall be included in the quote. The North American Industrial Classification System (NAICS) number is 334290 and the business size standard is 500 employees. The Government will award a firm fixed price purchase order resulting from this combined synopsis/solicitation to the responsible offeror with the lowest cost/technically acceptable offer conforming to this combined synopsis/solicitation. EVALUATION FACTORS: 1. Technical acceptability 2. Past Performance 3. Price. The Government is not responsible for locating or securing any info rmation, which is not identified in the quotation, but may do so at its discretion. Award is anticipated before 9/30/08 after receipt of quotes. Please carefully review the commercial item FAR clauses for info rmation about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (SEP 2006); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999). Award shall be made to the lowest cost, technically acceptable responsible quote. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (NOV 2006) - Please note: All offerors and prospective contractors must be registered on the ONLINE Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (FEB 2007); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (NOV 2006) - in paragraph (b) the following clauses apply; 52.203-6 Alternate I, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-43, 52.222-44, 52.232-33, 52.232-36, 52.239-1 and 52.211-6 (Aug 1999) Clauses incorporate by reference can be found it at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. All quotes from responsible sources will be considered. Quotes shall be accepted by email only. No other methods of submission will be accepted. Email to the attention of Debra E. Chapman at dchapman@fbiacademy.edu. Questions shall be submitted on or before 10:00 AM EST Monday, September 22, 2008. Quotes are due on or before 3:00 PM EST Monday, September 22, 2008. The RFQ number 08-Q-E006560 must be placed on all quotes. This contract will be awarded as a commercial item in accordance with Federal Acquisition Regulation, Parts 12 and 13. All contractors anticipating award must be registered in the Central Contractor Registration Database website.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e17041569f944b4cba2751eb758d10d4&tab=core&_cview=1)
 
Place of Performance
Address: Building 27958A, Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN01676120-W 20080921/080919220735-e17041569f944b4cba2751eb758d10d4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.