Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
MODIFICATION

59 -- DWDM Laser Source Bank & EDFA

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Directorate of Contracting, Attn: SFCA-NR-WP-CSDIV, West Point, NY 10996
 
ZIP Code
10996
 
Solicitation Number
W16W7691870015-01
 
Response Due
9/16/2009
 
Archive Date
3/15/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W16W7691870015-01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334413 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-16 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be West Point, NY 10996 The USA ACA United States Military Academy requires the following items, Meet or Exceed, to the following: LI 001, DWDM Laser Source Bank.Dense Wave Division Multiplexing (DWDM) Laser Source Bank. Required features for the DWDM source bank are as follows:1. Single system capable of producing up to 40 different wavelengths simultaneously (40 different lasers).2. Independent control of each channel's amplitude and wavelength.3. Up to +10dBm output power per channel.4. System can be controlled from a single computer via a USB interface.5. 100GHz grid spacing in the C Band.6. +/- 5 ppm wavelength stability for each laser.7. Laser wavelength range 1528.77 nm to 1559.79 nm (ITU C-band).8. Connector interface: FC/APC.9. Remote control capability from a personal computer via USB.10. LabView instrument driver available.11. US Standard 120V AC input voltage., 1, EA; LI 002, Erbium-Doped Fiber Amplifier (EDFA).Required features for the EDFA as follows:1. 37dB of gain for a 0 dBm optical input signal in the ITU C Band.2. ITU C-band wavelength range (1535 - 1565 nm).3. Accepts input signal amplitudes of -3dBm to +3 dBm.4. 5W maximum total output power.5. Less than 5.5 dB noise figure.6. Output power stability +/- 2%.7. Key lock switch.8. Laser overheat warning.9. Connector interface: FC / APC.10. Remote control capability from a personal computer via USB or RS-232.11. LabView instrument driver available.12. US Standard 120V AC input voltage.13. Output power monitoring., 1, EA; For this solicitation, USA ACA United States Military Academy intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA United States Military Academy is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 160 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 160 - required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ45/W16W7691870015-01/listing.html)
 
Place of Performance
Address: West Point, NY 10996
Zip Code: 10996
 
Record
SN01954158-W 20090916/090915001545-1bd8cda7683e4852a48d51fedb0ee9d6 (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.