Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOLICITATION NOTICE

70 -- Connectors/Gigabit Interface Converter

Notice Date
3/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1333 Issac Hull Ave SE, Washington Navy Yard, DC 20376
 
ZIP Code
20376
 
Solicitation Number
N0002415R5119
 
Response Due
4/1/2015
 
Archive Date
9/28/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N0002415R5119 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-04-01 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be SAN DIEGO, CA 92123 The NAVSEA - HQ requires the following items, Exact Match Only, to the following: LI 001: Coin Sized Lithium Battery, 3 volt dc; P/N: CR1632 Warranty Length Requested: 12 MONTHS MANUFACTURER: ENERGIZER, 24, EA; LI 002: Power Supply; P/N: FNP850-12G Note: This Item can be built and delivered with either a plastic faceplate and/or a metal faceplate or any combination there of; Warranty Length Requested: 12 MONTHS MANUFACTURER: POWER ONE, 8, EA; LI 003: Hard Drive; P/N: WD800BB-22JHC0 Note: This Item must be built and delivered to exactly the following configuration: 80GB capacity; 7200 RPM speed; UATA IDE Hard Drive with 2MB Cache; new and/or refurbished unit acceptable; Warranty Length Requested: 12 MONTHS MANUFACTURER: WESTERN DIGITAL, 4, EA; LI 004: Gigabit Interface Converter; P/N: GLC-FE-100FX= Warranty Length Requested: 12 MONTHS MANUFACTURER: CISCO, 15, EA; LI 005: Fiber Optic Transceiver; P/N: FTLF1217P2BTL Warranty Length Requested: 12 MONTHS MANUFACTURER: FINISAR CORPORATION, 100, EA; LI 006: Gigabit Interface Converter; P/N: GLC-T= Warranty Length Requested: 12 MONTHS MANUFACTURER: CISCO, 10, EA; LI 007: Connector; P/N: MS27467E15B5S Warranty Length Requested: 12 MONTHS MANUFACTURER: AMPHENOL AEROSPACE, 3, EA; LI 008: Backshell; P/N: M85049/1714W04 Warranty Length Requested: 12 MONTHS MANUFACTURER: GLENAIR, 3, EA; LI 009: Backshell; P/N: M85049/189W02 Warranty Length Requested: 12 MONTHS MANUFACTURER: GLENAIR, 6, EA; LI 010: Connector; P/N: D38999/29WA35PN Warranty Length Requested: 12 MONTHS MANUFACTURER: AMPHENOL AEROSPACE, 3, EA; LI 011: Connector; P/N: D38999/20WA35PA Warranty Length Requested: 12 MONTHS MANUFACTURER: AMPHENOL AEROSPACE, 3, EA; LI 012: Monitor Pole; P/N: KTP230B Warranty Length Requested: 12 MONTHS MANUFACTURER: CHIEF MANUFACTERING, 5, EA; LI 013: Monitor Stand; P/N: KTA1042B Warranty Length Requested: 12 MONTHS MANUFACTURER: CHIEF MANUFACTURING, 5, EA; LI 014: Fiber Optic Cable; P/N: MCST-ST-03 Note: This Item must be built and delivered to exactly the following configuration: Dual ST-Dual ST Mode Conditioning Cable, 3.0 meter length, cable to convert 9/125 single mode fiber to 62.5/125 dual mode fiber. Warranty Length Requested: 12 MONTHS MANUFACTURER: L-COM, 2, EA; LI 015: 3.5 Floppy Disk Drive; P/N: 9082-251-01 Warranty Length Requested: 12 MONTHS MANUFACTURER: CRU DATAPORT, 1, EA; LI 016: Expansion Cord: P/N: FRU 39Y9188 Warranty Length Requested: 12 MONTHS MANUFACTURER: MEMORY 2 LESS, 4, EA; LI 017: ESD Vacuum Cleaner; P/N: HCV AC7CT Warranty Length Requested: 12 MONTHS MANUFACTURER: ATRIX INTERNATIONAL, 1, EA; LI 018: HEPA Filter; P/N: 421-000-007 Warranty Length Requested: 12 MONTHS MANUFACTURER: ATRIX INTERNATIONAL, 3, EA; LI 019: USB Extension Cable; P/N: CSMUAXMT-2M Note: Thin Item must be built and delivered to exactly the following configuration; Light Gray color; 2.0 meter length. Warranty Length Requested: 12 MONTHS MANUFACTURER: L-COM, 8, EA; LI 020: Compact Flash; P/N: SDCFX-016G-X46 Note: This Item must be built to exactly the following configuration; write performance 60 MB/sec; read performance 60 MB/sec; capacity 16GB. Warranty Length Requested: 12 MONTHS MANUFACTURER: SANDISK, 68, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA - HQ 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - HQ 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Security Requirements System for Award Management System for Award Management Maintenance Instructions to Offerors -- Commercial Items CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-33, 52.209-10, 52.222-50) Unenforceability of Unauthorized Obligations F.O.B. Destination Solicitation Provisions Incorporated by Reference Clauses Incorporated by Reference Requirements Relating to Compensation of Former DoD Officials Requirement to Inform Employees of Whistleblower Rights Safeguarding of unclassified controlled technical information Disclosure of Information to Litigation Support Contractors Prohibition of Hexavalent Chromium Buy American And Balance Of Payments Program Qualifying Country Sources As Subcontractors Export-Controlled Items Electronic Submission of Payment Requests and Receiving Reports WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS LEVIES ON CONTRACT PAYMENTS Subcontracts for Commercial Items Transportation of Supplies by Sea Notification Of Transportation Of Supplies By Sea (a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract line item number (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the CO and COR; or other method as agreed to by the CO. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO email notification as required herein. Offeror Representations and Certifications -- Commercial Items Alternate 1 Contract Terms and Conditions - Commercial Items Prohibition on Contracting with Inverted Domestic Corporations--Representation Providing Accelerated Payments to Small Business Subcontractors Protest After Award Applicable Law for Breach of Contract Claim Control of Government Personnel Work Product Oral Attestation of Security Responsibilities
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002415R5119/listing.html)
 
Place of Performance
Address: SAN DIEGO, CA 92123
Zip Code: 92123
 
Record
SN03680328-W 20150328/150326235557-c83613f151617738c82c0a08dc4c1f9e (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.