Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SOLICITATION NOTICE

60 -- FIBER OPTIC CABLE ASSEMBLY/SINGLE-MODE SIMPLEX AND DUPLEX/MULTIMODE DUPLEX/FIBER OPTIC PATCH CORDS/VARIOUS LENGTHS AND CONNECTOR CONFIGURATIONS

Notice Date
2/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018910TZ079
 
Response Due
3/24/2010
 
Archive Date
4/8/2010
 
Point of Contact
Stephen Ciliberto (215) 697-9606
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-10-T-Z079. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-38 (correction) and DFARS Change Notice 20100120. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 335921 and the Small Business Standard is up to 1,000 employees..The proposed contract is 100% set aside for small business concerns. The Federal Industrial Supply Center Norfolk, Philadelphia Detachment requests responses from qualified sources capable of providing assembled fiber optic cables (see attached solicitation). The resultant contract will be an indefinite delivery, indefinite quantity type contract. Quotes are to be priced at the CLIN level. The projected quantities of various cable lengths, located in the statement of work, are provided for informational purposes. The finished deliverable will be fiber optic patch cables that are assembled in accordance to the specifications in the statement of work. Fiber optic patch cables' length and connector configurations will be specified at the delivery order level. The original ordering period is 12 months (15 April 2010-14 April 2011) with four-12 month option ordering periods following consecutively after the base ordering period. ***SEE ATTACHED CLIN SHEET FOR CLINS***Delivery Location is the Office of Naval Intelligence at 4251 Suitland Road, Washington, DC 20395. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Product Samples are to be submitted with quote as specified in the statement of work attached. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items;52.212-2 Evaluation-Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including:52.219-6, Notice of Total Small Business Set-aside52.222-50, Combating Trafficking in Persons52.225-13, Restrictions on Certain Foreign Purchases 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration 52.233-3 Protest after Award52.233-4, Applicable Law for Breach of Contract Claim52.212-5 Class Deviation52.216-22, Indefinite Quantity52.217-5, Evaluation of Options52.217-6, Option for Increased Quantity52.217-9, Option to extend the term of the Contract52.228-8, Liability and Insurance-Leased Motor Vehicles52.247-34, FOB Destination Quoters [shall include] OR [are reminded to include] a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3, GratuitiesDFARS 252.232-7010, Levies on Contract PaymentsSUP 5252.232-9402, Invoicing and Payments (WAWF) Instructions MINIMUM AND MAXIMUM QUANTITIES As referred to in paragraph (b) of the "Indefinite Quantity" clause of this contract, the contract minimum quantity is a total of $74,000.00 worth of orders at the contract unit price(s). The recording of the obligation of funds associated with the guaranteed minimum amount under the basic contract will be issued under task order(s)/delivery order(s) immediately upon award of this contract. The maximum quantity is the total "not to exceed" quantity for each item as set forth in the schedule. The maximum quantity is not to be exceeded without prior approval of the Administrative Contracting Officer. This announcement will close at 4:00 PM on 24 March 2010. Contact Stephen Ciliberto who can be reached at (215) 697-9606 or email Stephen.ciliberto@navy.mil. [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include:[FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technical acceptability of the sample product described in the solicitation. The award will be based on lowest price, technically acceptable. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. As specified in the solicitation, all product samples should be sent to the following address by 24 March 2010: Office of Naval IntelligenceAttn: Jim Kneale, Senior Network Engineer4251 Suitland RoadWashington, DC 20395-5720 Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018910TZ079/listing.html)
 
Place of Performance
Address: Office of Naval Intelligence4251 Suitland Road, Washington, DC
Zip Code: 20395
 
Record
SN02068101-W 20100220/100218234709-e63041ee48549457ce8b4c26e7cca30f (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.