Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
MODIFICATION

60 -- Fiber Optic Cables, Connectors, Acc. (Amendment 2)

Notice Date
1/28/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N Ft Myer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1019037008
 
Response Due
2/3/2010
 
Archive Date
8/2/2010
 
Point of Contact
Name: Steven Haines, Title: Contract Specialist, Phone: 703-875-6746, Fax:
 
E-Mail Address
hainessg@state.gov;
 
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 1019037008 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 423430 with a small business size standard of 100.00 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 2010-02-03 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, Fiber Optic Cable, 62.5/125uM, Plenum Rated, Duplex, Unterminated, Twin Jacket ZIP-Cord construction (One Fiber per Jacket): 1,000-foot roll (Please reference Corning part# 002K58-31341-24 as an example. See attachment 001 on www.fedbid.com for picture reference), 3, Rolls; LI 002, Corning SC Connector, Multimode, 62.5uM, Ceramic Ferrule, UniCam, part number 95-000-41, 807, EA; LI 003, 2-Meter, MTRJ-to-SC Duplex Fiber Patch Cord (62.5/125 uM), 131, EA; LI 004, 3-Meter, LC-to-SC Duplex Fiber Patch Cord (62.5/125 uM), 2009, EA; LI 005, 2-Meter, LC-to-LC Duplex Fiber Patch Cord (62.5/125 uM), 350, EA; LI 006, 2-Meter, LC-to-SC Duplex Fiber Patch Cord (62.5/125 uM), 389, EA; LI 007, 3-Meter, LC-to-LC Duplex Fiber Patch Cord (62.5/125 uM), 219, EA; LI 008, SC-to-SC Duplex Fiber Barrel Coupler (62.5/125 uM), 336, EA; LI 009, ST-to-ST Duplex Fiber Barrel Coupler (62.5/125 uM), 44, EA; LI 010, 12-Foot, SC-to-SC Duplex Fiber Patch Cord (62.5/125 uM), 510, EA; LI 011, Cable Tie, 7.8-Inch, 100 Pack, 82, Packages; LI 012, Mounting Base for Cable Ties, 100 Pack, 86, Packages; LI 013, Cage Nut, 10-32, 20 Pack, 25, Packages; LI 014, Transition Network Media Converter RJ45 to ST, part number E-TBT-FRL-05, 24, EA; LI 015, 20-Foot, CAT-6 Patch Cord, Straight Through, 1132, EA; LI 016, Rack Solutions Rack Shelf, 19-Inch, 2 RU with Tie Wrap Holes, part number 1USHL-108, 107, EA; LI 017, NEMA 5-15 Extension Cord (1-Foot), 161, EA; LI 018, Blackbox 19-inch, 6-outlet, Rack-mount Surge Suppressor/Power Strip, part number PS186A-R2, 111, EA; LI 019, 6 FT IEC-320 to EUR Schuko Power Cord, 7077, EA; For this solicitation, Department of State 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. Department of State 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. Buy reposted to clarify line item 014. Please see the corrected part number in line item 014 text. Buy reposted to clarify line item 001. Please see clarification in line item 001 text and attachment 001 on www.fedbid.com for detail. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR: http://www.arnet.gov/far DOSAR:http://statebuy.state.gov/dosar - Past performance, earned-value and the ability to deliver within GITMs time constraints are evaluation factors in determining awardee, along with other factors stated in this solicitation. - Weight is a consideration for all items due to Government shipping-related costs. - GITM receiving hours are 7:00 AM 3:00 PM Eastern Time, Monday thru Wednesday. - Driver must contact Robert Hall, GITM Warehouse Manager (703-970-2123, HallRP@state.gov) and make a Dock Appointment prior to delivery of shipment. - Shipments without Dock Appointments may be refused, at vendors risk and expense. - Shipping Address: - U.S. Department of State - c/o ManTech - 8020 Grainger Ct., Springfield, VA 22153 - Software licenses and key codes without physically conveyed deliverables must be sent via E-mail to Dawn Cavallo, GITM Procurement Manager, at CavalloDM@state.gov (703-970-2117). Email Subject line must include Requisition/Reference Number (AQ 1019######) found in Block 4, of DoS Form 347: Order for Supplies and Services. - Pallet height may not exceed 62 Inches. - Wrapped pallet dimensions not to exceed 40x48x62 Inches. - Pallets must be wood with standard 3-stringer construction and 4-way entry. - Pallet size must be 40x48 Inches with 48 Inches being the stringer length. - All pallets must be marked with Government Requisition/Reference Number (AQ 1019######) found in Block 4 of DoS Form 347: Order for Supplies and Services. Each and every box, package, and container containing materials shipped pursuant hereto, shall be clearly marked with the following. All Block references are to DoS Form 347: Order for Supplies and Services: (a) Government Order number (SAQM#########) found in Block 3; (b) Government Requisition/Reference Number (AQ 1019######) found in Block 4; (c) Consignee address as shown in Block 6; (d) Name and address of the contractor in Block 7. Each box containing one or more items must include the following information for each item contained therein: (a) Part number in human readable and Bar Code form; (b) Serial number (if applicable) in human readable and Bar Code form; (c) If the equipment is modified from its original manufactured state, a new Part Number must be assigned and marked and Bar-Coded on the container as above, in addition to the original Part Number and Bar-Code; (d) If the equipment is modified, the original Part Number and Bar-Code may not be obscured or removed. (e) If a new Serial Number is assigned, it must be marked and Bar-Coded on the container as above. A packing list shall accompany each shipment, shall be attached to the outside (not inside) of an outermost box or container, and shall include the following information: (a) Name and address of consignor; (b) Name and address of consignee; (c) Government Order number (SAQM#########) found in Block 3 of DoS Form 347: Order for Supplies and Services; (d) Government Requisition/Reference Number (AQ 1019######) found in Block 4 of DoS Form 347: Order for Supplies and Services; (e) Description of each item shipped as contained within boxes or containers, including item number, quantity, number of containers, and package number, if any; (f) If multiple order line items have been assembled into a major component, packing list must show information from item (e) above for each individual order item within the major component; (g) Pallet count and box count. Vendor will include a copy of the Government purchase/delivery order with the packing list. - The vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. - No other individual is authorized to change Part Numbers, manufacturers, quantities, delivery dates or any other specifications of this award either verbally or in writing. - Items, including configuration components and arrangement, that do not conform to the Descriptions and Part Numbers found on the order will be rejected at the time of delivery at vendors risk and expense. - Items not in compliance will be returned to the vendor at no additional cost to the Department and comments will be recorded in the vendors Past Performance File. - Random Quality Assurance will be conducted to ensure conformance. - GITM does not allow use of third party component substitutions in any Equipment Configurations offered under a Brand Name. All items, including configuration components and arrangement, must conform to the Descriptions and Part Numbers found on the order. - Random Quality Assurance will be conducted to ensure conformance. - If it is determined that third party components were used, in violation of this order, and resulting in the compromise of equipment warranties or any other cost to the Government, the vendor will assume said costs, and other remedies may be available to the Government in accordance with the Termination for Cause clause at FAR 52.212-4(m) - Any infraction as above will be recorded in the vendors Past Performance File. - Worldwide manufacturer warranty is required for parts and labor on all components. - Vendor pickup and delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns will be guaranteed by the vendor, at no additional cost to the Government, within 3 business days of vendor notification. - Units received for repair under warranty must be returned to GITM at the address above, within 30 days of vendor pickup. - A 120-Day lead time is required for returning a defective item from a Government OCONUS location. - If award is made to a vendor who is a non-manufacturer, the vendor will coordinate with the manufacturer for any warranty repairs/concerns. - Upon award, vendor will provide a written escalation process via E-mail to Dawn Cavallo at CavalloDM@state.gov. The written escalation process will include the following information: - Sales Contacts for both Field and Internal - Sales Management Contacts - Customer Support Reps and their Management to include: - Customer Service Representative; - Warranty Liaison Representative; and - Integration Representative. - Vendor will provide name, phone, E-Mail, and back-up personnel points of contact in each area of responsibility. - GITM requests that the vendor provide an estimate of response time and a plan for escalation to the next level. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019037008/listing.html)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
 
Record
SN02052091-W 20100130/100128235147-814d560354e809bfacc4ecb58dbe70af (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.