Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

40 -- Cable & Antenna

Notice Date
5/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
F1SCOM01100300
 
Archive Date
6/5/2010
 
Point of Contact
Malinda Sowards, Phone: 965-442-2059
 
E-Mail Address
malinda.sowards@asab.afcent.af.mil
(malinda.sowards@asab.afcent.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 using Simplified Acquisition Procedures under the test program for commercial information found at FAR 13.5 and as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is F1SCOM01100300 and this solicitation is issued as a request for quote (RFQ). The solicitation is unrestricted and all interested offerors shall submit written quotes (oral quotes will not be accepted). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-36, Effective 11 August 2009 & DCN 20090825. The North American Industry Classification System (NAICS) code for this project is 423610. The purpose of this combined synopsis/solicitation is to purchase a bench stock of various cable and antenna materials in accordance with the following details: CLIN 0001 - Qty 30 EA; Cat 5E UTP Red Jacket (1000 per box) CLIN 0002 - Qty 50 EA; Cat 5E UTP Blue Jacket (1000 per box) CLIN 0003 - Qty 2 EA; Corning PCH-02U 2U Pretium Enclosure, P/N 330206 CLIN 0004 - Qty 8 EA; Cornig PC2-SPLC06SR Splice Kit, P/N 338358 CLIN 0005 - Qty 100 EA; 88 ½" x 44' 3M Vinyl Electrical Tape, P/N TL1-MMT-10364B CLIN 0006 - Qty 26 EA; Cornig-C Universal Splice Tray, P/N SCF-ST-077 CLIN 0007 - Qty 20 RL; 3M TELCOM Shield Bond Connector, P/N 4460-D/FO CLIN 0008 - Qty 26 EA; Cornig Splice trays, 0.2 in, Clear Cover, P/N M67-048-C CLIN 0009 - Qty 10 EA; Panduit 48 Port CAT 5E Patch Panel; P/N DP485E88TGY CLIN 0010 - Qty 500 EA; CAT 5 Face plate, off white, P/N NK4FIWY CLIN 0011 - Qty 500 EA; CAT 5 Junction Box, off white, P/N JBP1IIW CLIN 0012 - Qty 2 EA; Cornig UCC-001 Universal Strain Relief Clamp, P/N 267529 CLIN 0013 - Qty 15 BX; Panduit Small raceway w/ adhesive in 8' lengths, P/N LDPH5IW8 CLIN 0014 - Qty 8 EA; Cornig Pretium Connector Housig, 4U, P/N PCH-04U CLIN 0015 - Qty 1000 EA; RJ 45 Connectors, P/N STK-L190 CLIN 0016 - Qty 45 EA; Cornig Fusion Splice Sleeves, heatshrink, P/N2806031-01 CLIN 0017 - Qty 2 EA; Cornig PC2-STRN Strain Relief Bracket, 2U CLIN 0018 - Qty 10 EA; Cornig CCHE-RM24-04-P003RH LC Pigtails CLIN 0019 - Qty 10 EA; LC-LC Single Mode Duplex Patch Cord, 7m, P/N 266848 CLIN 0020 - Qty 10 EA; LC to LC Duplex Single Mode 3 Meter Patch Cords CLIN 0021 - Qty 100 EA; AMP Angled Faceplate, 4 Port White, P/N 406185-3 CLIN 0022 - Qty 500 EA; AMP 110/RJ45 Modular Jack Assembly, P/N 406372-3 CLIN 0023 - Qty 10 EA; Cornig Pretium Splice Tray Bracket, PC4-SPLC-12SR CLIN 0024 - Qty 50 EA; Cornig Cable Alcohol Wipes; 1508001-01 CLIN 0025 - Qty 6 EA; Black Box, Wall Mount Cabinet, 24"H x 26" D, P/N RM232A-R2 CLIN 0026 - Qty 10 EA; Anixter, Coyote Splice Closure, 8.5"x22" 288 fibers, P/N 8006561 CLIN 0027 - Qty 20 EA; Anixter, Splice Trays for Coyote Closures, Fusion, P/N 80805114 CLIN 0028 - Qty 1000 FT; Anixter-Carlon 1.25" Innerduct w/ pull tape, orange, P/N CGX13 CLIN 0029 - Qty 35 EA; Anixter-FOCA Labels (5/pk), P/N 107097 CLIN 0030 - Qty 10 BX; MG Chemicals - Isopropyl Alcohol, P/N 8241-T CLIN 0031 - Qty 100 EA; Panduit, Entrance End Fitting Off White, P/N T45EEIW CLIN 0032 - Qty 100 EA; Panduit, Raceway, back, T-45, 8' Off White, P/N T45CIW8 CLIN 0033 - Qty 100 EA; Panduit, Raceway, cover, T-45, 8' Off White, P/N T45CIW8 CLIN 0034 - Qty 100 EA; Panduit, T-45 end cap, Off White, P/N T45ECIW CLIN 0035 - Qty 100 EA; Panduit, T-45 Tee Fitting, Off White, P/N T45TIW CLIN 0036 - Qty 100 EA; Panduit, T-45 Inside Corner, Off White, P/N T45ICIW CLIN 0037 - Qty 100 EA; Panduit, Offset box, T-45, Off White, P/N T45WCIW Items shall be delivered (FOB Destination) to the following address: 386 ECONS APO, AE 09855 Delivery is solely the responsibility of the offeror and the offer shall include the total number of days to deliver all the items. If an offeror does not include the number of days to deliver to the address above they will be considered non-responsive to the solicitation. All quotes must be submitted to the Contracting Officer no later than 1630 Central Standard Time on 21 May 10. Anything submitted after this date and time will not be considered. The offeror is solely responsible for the performance of all inspection requirements and quality control. The following provisions and clauses are applicable to this procurement: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008). The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2 - Evaluation - Commercial Items (Jan 1999) - The addendum to paragraph (a) is as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement, price, and a maximum delivery of 45 days; FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Mar 2009); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2009) applies to this acquisition. The following FAR Clauses under this clause are checked and are applicable to this acquisition: (b1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 2005); (b34) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) and (b40) FAR 52.232-34, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration (May 1999). FAR 52.247-34, F.O.B. Destination (Nov 1991) applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applies to this acquisition. The following FAR Clauses under this clause are checked and are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984); (b23i and ii) and 252.247-7023, Transportation of Supplies by Sea (May 2002). The full text of these clauses and provisions may be assessed electronically at the following website: http://farsite.hill.af.mil. Please submit all quotes electronically to Malinda Sowards, Contracting Officer, at malinda.sowards@asab.afcent.af.mil. All responsible offerors may submit a quote, which shall be considered by the agency. All offerors responding to the solicitation that are located in the United States are required to be registered in the Central Contractor Registration in accordance with FAR 52.204-7, Central Contractor Registration (Apr 2008) and are also required to complete Offeror Representations and Certifications in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009). If an offeror from the United States does not meet the above requirements they will be considered non-responsive to the solicitation. All quotes shall include the manufacturer, the model number, the measurements (in inches), pictures, price (US dollars only), number of delivery days, company, point of contact, point of contact phone number, GSA contract number (if applicable) and any payment discount terms. Each offer shall clearly indicate the capability of the items to meet all specifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F1SCOM01100300/listing.html)
 
Place of Performance
Address: 386 ECONS, APO AE, 09855, United States
Zip Code: 09855
 
Record
SN02146655-W 20100513/100511235300-7c91bf8da2dbb0907f540215b0055123 (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.