SOLICITATION NOTICE
99 -- FOT-932 MaxTester
- Notice Date
- 4/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- 5005410RCMJW1
- Response Due
- 5/3/2010
- Archive Date
- 5/18/2010
- Point of Contact
- Shawnta Wells (757) 443-1419 shawnta.wells@navy.mil
- Small Business Set-Aside
- N/A
- 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 5005410RCMJW1. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080812. 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 334515, and the Business Size Standard is 500. (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals). This is a Brand Name requirement as specified below. FISC Norfolk requests responses from qualified sources capable of providing the following items Brand Name only: DESCRIPTIONQUANTITYCLIN 0001: Max Tester Multifunction Loss Tester Which includes the following: P/N FOT-932-5-VFT-EA-EUI-89; Single Mode (unique to this test equipment); Ge detector (+10 to -70 dBm measurement range), 1310/1490/1550 nm laser (9/125m) including: FasTest and ORL functions; rechargeable batteries for 9 hour battery pack, AC adapter/charger and soft carrying case; USB to serial converter: USB to DB9 male (GP-2004); Connector adapterFOA-22 (FC type); Calibration mandrel; Instruction manual and Certificate of Compliance; Test report; Shoulder strap; Fiber Inspection Probe connection; EXFO APC (Angled Physical Contact) Universal Interface; FC connector adapter; and 3 years standard warranty Talk set, 1550 nm laser (9/125m, headset included witch EXFO APC (Angled Physical Contact) Universal Interface and FC connector adapter 650 mn Visual Fault Locator including: Universal adapter 2.5 mm4 Delivery is F.O.B. Destination to 9727 Avionics Loop, Building LF-18, Norfolk, VA 23511. Required delivery date is 4 weeks or sooner after date of award. All quotes should specify the best delivery time frame. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. All quotes shall include price(s) (unit price, extended price, total price), confirmation of required delivery time frame for each item, a point of contact: name, phone number & email, Cage Code, Duns # and GSA contract number if applicable, business size, and payment terms. 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. Offeror(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Responses to this solicitation are due by 8 a.m. EST on Monday, May 3, 2010. The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Offers can be emailed to shawnta.wells@navy.mil or faxed to (757) 443-1333, Attn: Shawnta Wells; telephone: (757) 443-1419. Reference RFQ: 5005410RCMJW1 on your quote. Oral communications are not acceptable increase in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. No numbered Notes apply. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration (APR 2008); 52.212-1, Instructions to Offerors52.212-3 Alt I, Offeror Representatives and Certifications52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including:52.219-28, Post Award Small Business Program Representation52.222-3, Convict Labor52.222-19, Child Labor52.222-21, Prohibition of segregated facilities52.222-26, Equal Opportunity52.222-36, Affirmative Action for Workers with Disabilities52.222-50, Combating Trafficking in Persons52.225-13, Restriction on Foreign Purchases52.232-33, Payment by Electronic Funds Transfer - CCR52.247-34, F.O.B. Destination Quoters shall include a completed copy of 52.212-3 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 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.204-7004 Alt A, Central Contractor Registration252.211-7003, Item Identification & Valuation252.225-7001 Buy American Act & Balance of Payments252.232-7003, Electronic Submission of Payment Requests All offerors shall complete the following: 252.225-7000, BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005) (a) Definitions. Domestic end product, foreign end product, qualifying country, qualifying country end product, and United States have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: -----------------------------------------------------------------------(Line Item Number Country of Origin) -----------------------------------------------------------------------(Country of Origin) (3) The following end products are other foreign end products: -----------------------------------------------------------------------(Line Item Number) -----------------------------------------------------------------------(Country of Origin) (If known) (End of provision) 252.232-7010, Levies on Contract Payments (DEC 2006)5252.232-9402, Wide Area Workflow (WAWF)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/5005410RCMJW1/listing.html)
- Place of Performance
- Address: 9727 Avionics Loop, Building LF-18, Norfolk, VA
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02130869-W 20100425/100423235439-f8cd596fc9736481e4fbf2212d1ac060 (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 |