Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

60 -- Fiber Optic Alarm Interceptor equipment and maintenance

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-09-T-0096
 
Response Due
8/25/2009
 
Archive Date
10/24/2009
 
Point of Contact
Johnny A. Redford, 703-428-0408<br />
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(johnny.redford@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Section A 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. Solicitation number W91WAW-09-T-0096 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. The Army Contracting Command, Contracting Center of Excellence (CCE) on behalf of Department of Defense, Office of the Inspector General (DoD OIG), intends to procure Fiber Optic Alarm Interceptor equipment and maintenance. NAICS - 423610 Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers. A Firm Fixed Price contract is anticipated. The anticipated award date is 1 September 2009. All responsible sources may submit a proposal(s), which will be considered. Request for Proposal (RFP) responses must be submitted IAW instructions of Evaluation-Commercial Items (FAR 52-212-2 and addendum) as stated in the RFP and provided to the Point of Contact (POC) (Johnny Redford, johnny.redford@us.army.mil) identified in the RFP not later than 25 August 2009 at 1:00 PM EST. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: The specific evaluation criteria to be included in paragraph (a) of that provision are 1) Technical capability of the contractor to meet the Governments minimum specifications and 2) Price. All factors are equally weighted. OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS., WHICH ARE AVAILABLE ELECTRONICALLY AT : DOD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://farsite.hill.af.mil. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. Far clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5 (b) are applicable to this acquisition: 52.222.3, 52.222.19 52.222.21, 52.222-26, 52.222-35, 52.222-41, 52.232-30, 52.233-3 and 52.233-4. Additionally, FAR clauses 52.204-7004, 52.400-4034,52.217-8, 52.217-9, 52.232-30, 52.222-4013, 52.111- 4002, 52.222-43 applies. DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.232-7003, Electronic Submission of Payment Request; 252.246-7000, Material Inspection and Receiving Report; applies to this solicitation. Contractor must be capable of accepting a contract from the federal government, to include registered with Central Contractor Registration http://www.ccr.gov/ and capable of invoicing through Wide Area Workflow https://wawf.eb.mil/ before award. The complete text of the FAR and DFARS clauses and provisions are available at the following internet sites: DOD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://farsite.hill.af.mil Proposals are due on 25 August 2009 at 1:00 PM Eastern Standard Time. Proposals shall be emailed to: johnny.redford@us.army.mil SECTION B- Supplies or Services Required: B.1: BACKGROUND The Department of Defense, Office of Inspector General (DoDIG), Office of Administration and Management request the purchase of Fiber Optic Alarm Interceptor equipment and maintenance. We must provide the capability to communicate securely with people in other DoD agencies. This equipment will alarm classified network lines, eliminating the need for rigid steel conduit and providing more flexibility for the location of classified network drops. B.2: OBJECTIVE Procurement of the Fiber Optic Alarm Interceptor equipment will alarm classified network lines, eliminating the need for rigid steel conduit for PDS, and provide more flexibility for locating classified network lines. Maintenance: The contractor shall provide one year support and licensing. Documentation: Online, CD, or book based documentation provided. SECTION C- Description/ Specifications: C.1: SCOPE - The contractor shall provide the below equipment to alarm the classified network lines as described above. C.3.1 Specifications CLIN 0001Interceptor Plus, 4-Channel, 50um5 (Qty) CLIN 00021000mb SC Media Converter40 (Qty) CLIN 0003Micro Remote Termination Unit Interceptor Plus20 (Qty) Required Capabilities: Interceptors: -1000-Base SX network equipment -alarm notification through SNMP -E-mail/SMS -dry alarm contacts -remote management through TelNet -RS232 serial connections Media Converter: -convert 1Gbps fiber connections to 10/100/1000Nbps copper RJ45 network connections -remote and local loopback testing -auto-negotiation, -DIP switches for manual activation of enhanced features, -Extending fiber distances up to 80km (single mode) and 500m (multimode) -Auto MDI-MDI-X RJ45 -Auto polarity correction RJ45 -1000Base-T/SX/LX compatibility -Status LEDs -Equivalent to the Lynn model MC-1000SC-MM Micro Remote Termination Unit (RTU) Interceptor Plus -terminating alarmed active fiber optic lines and being contained within a 24w x 16h x 8d enclosure SECTION F- Deliveries or Performance: F.1: Delivery Location/ POC DODIG/OAIM-ALSD/SMD 400 Army Navy Drive, Room 115 Arlington, Virginia 22202 F.2: Period of Performance One year from date of contract. SECTION G- Contract Administration Data: G.1: Invoice In accordance with DFARS 252.232-7003, Electronic Submission of Payment Request, please submit all invoices using the Wide Area Work Flow (WAWF) online database system. To become a registered user, go to https://wawf.eb.mil. Additionally, training for WAWF, may be obtained by visiting http://wawftraining.com/. SECTION H- Special Contract Requirements: (as required) N/A H.1: Government Furnished Property None H.2: Warranty The contractor shall provide a standard commercial warranty
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-T-0096/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
Zip Code: 20310-5200<br />
 
Record
SN01914472-W 20090819/090818001218-cd0cbbb37052d576dd29debdc6b2f50c (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.