Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

59 -- Coaxial Cable

Notice Date
8/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-10-Q-0391
 
Archive Date
8/27/2010
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@rl.af.mil
(richard.childres@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of any amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-Q-0391 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100713. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total Small Business set-aside with regard to small business size standard. For reference, the NAICS code is 335929 and small business size standard is 1,000 employees. The contractor shall provide the following line items on a Firm Fixed Price (FFP) basis. Offerors must quantify the warranty term and include shipping FOB Destination in the total price. Item 1: Power distribution unit Qty: 1 Description: 19 inch rack mount power distribution unit, 10 duplex style outlets, 20A, 125V, 5-20R receptacle type, 5-20P plug type, with surge protection, circuit breaker, and switch (Belden p/n 9416-1005 OR EQUAL) Item 2: Cable Qty: 800 feet (No variation in quantity) Description: coaxial cable RG/U type 214, AWG 13 7x21 stranding silver plated copper conductor, 0.285 in dia. polyethylene insulation, 2 layers braided silver plated copper outer shield 97% coverage, black PVC jacket, RoHS compliant, 50 Ohm impedance, 3700 V RMS max operating voltage (Belden p/n 8268 OR EQUAL) Item 3: Cable Qty: 7000 feet Description: copper media cable, 4 pair, 24 AWG, CMP, Cat 6, low smoke fume zero halogen polymer jacket printed at intervals indicating cable code, AWG, NEC code listings, and manufacturing traceability code, blue color, 300MHz minimum guaranteed transmission value, above 300MHz for information, 9.38 ohms per 100m DC resistance at 20 degrees C, 5% unbalance DC resistance, 100 +/- 15 ohms from 1 to 100 MHz input impedance, 100 +/- 22 ohms from 101 to 200 MHz, 100 +/- 32 ohms from 201 to 300 MHz (Belden GigaFlex 2400 Series p/n 24567915 OR EQUAL) Item 4: Cable Qty: 2000 feet Description: coaxial cable RG223U, AWG 19 solid strand, silver plated copper conductor, 0.117 in dia. polyethylene insulation, 2 layers braided silver plated copper outer shield 95% coverage, black PVC jacket, RoHS compliant, 50 Ohm impedance, 1400 V RMS max operating voltage (Belden p/n 9273 OR EQUAL) Offers shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Equipment shall be factory new. Used, refurbished, or pre-owned equipment will not be accepted. Offerors may propose equivalent products that meet or exceed the minimum technical specifications. The required delivery date is 30 days after award. The place of delivery, acceptance, and FOB Destination point is AFRL/RY Bldg 620, 2241 Avionics Circle, Wright Patterson AFB OH 45433-7320. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) Thursday 12 AUGUST 2010. Submit to: AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8401 or by email: to richard.childres@rl.af.mil. b)(4) Submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This may include product literature, or other documents, if necessary. (b)(10) No past performance information is required. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation - Commercial Items applies. Paragraph (a) - The following evaluation factors shall be used to evaluate offers: PRICE and TECHNICAL CAPABILITY, both of approximately equal importance. The representations and certifications found in the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration The clause at DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payments Program 252.227-7015 Technical Data--Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea The following FAR and FAR Supplements clauses and provisions also apply: 52.211-6 Brand Name or Equal 52.247-34 FOB Destination 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.232-7010 Levies on Contract Payments 5352.201-9001 Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0391/listing.html)
 
Record
SN02225994-W 20100804/100802235500-67c3efe993136b4a8fa1c8b5fdd68c60 (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.