Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOLICITATION NOTICE

60 -- C2 Lan Equipment

Notice Date
6/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1942 Gaffney St, Pearl Harbor, HI 96860
 
ZIP Code
96860
 
Solicitation Number
N0007017RC1A101
 
Response Due
6/16/2017
 
Archive Date
12/13/2017
 
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
N/A
 
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 N0007017RC1A101 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 335921 with a small business size standard of 1,000.00 employees. This requirement is unrestricted 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 2017-06-16 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Pearl Harbor, HI 96860 The FLC - Pearl Harbor requires the following items, Brand Name or Equal, to the following: LI 001: BRAND NAME ONLY: P/N DX048DWLS9KR; MANUFACTURER: OCC; DESCRIPTION: Distribution 48 Fiber 62.5/125μm OM1 Ultra Fox Indoor/Outdoor Riser Black Jacket, 200, MTRS; LI 002: BRAND NAME ONLY: P/N DX048DALT9QR; MANUFACTURER: OCC; DESCRIPTION: Distribution 48 Fiber 50/125μm OM3 Ultra Fox Indoor/Outdoor Riser Aqua Jacket, 200, MTS; LI 003: BRAND NAME ONLY: P/N DX096DZVU9KR; MANUFACTURERE: OCC; DESCRIPTION Distribution 96 Fiber Hybrid Ultra Fox Indoor/Outdoor Riser Black Jacket, 500, FT; LI 004: BRAND NAME OR EQUAL: P/N:80611325996; MANUFACTURER: 3M OR EQUAL; DESCRIPTION: HOT MELT FIBER TERMINATION KIT(120V), 1, EA; LI 005: BRAND NAME OR EQUAL: P/N:11455; MANUFACTUER: RACK A TIERS OR EQUAL; DESCRIPTION: Rack A Tiers Wire Dispenser Rack a, 1, EA; LI 006: BRAND NAME OR EQUAL: P/N: BMP71; MANUFACTURER: BRADY OR EQUAL; DESCRIPTION: Label Printer, 1, EA; LI 007: BRAND NAME OR EQUAL: P/N: M71 17 486; MANUFACTUER: BRADY OR EQUAL; DESCRIPTION: 1 IN X 0.5 IN (25.4 MM X 12.7 MM) ; Light Gray, 1, EA; LI 008: BRAND NAME OR EQUAL: P/N:M71 R6600; MANUFACTURER: BRADY OR EQUAL; DESCRIPTION: R6600 Series Thermal Transfer Ribbon For BMP71 Label Printer ; Black, 1, EA; LI 009: BRAND NAME OR EQUAL: P/N: TKT UNICAM PFC; MANUFACTUER CORNING OR EQUAL; DESCRIPTION: UniCam Connector High Performance Installation Tool Kit, High Performance, LC, SC and ST Compatible, 1, EA; LI 010: Freight and Shipping, 1, GP; 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, FLC - Pearl Harbor 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. FLC - Pearl Harbor 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. Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award. Offer period: Bid MUST be good for 30 calendar days after close of Buy. FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company. 52.204-7: System for Award Management 52.204-16: Commercial and Government Entity Code Reporting (July 2016) 52.204-13: SAM Maintenance 52.209-2: Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.204-18 CAGE Maintenance (July 2016) 52.211-6: Brand Name or Equal 52.212-1: Instructions to Offerors -- Commercial Items 52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.213-1: Fast Payment Procedure 52.213-2 : Invoices 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: Equal Opportunity for Workers With Disabilities 52.222-37: Employment Reports on Veterans 52.222-50: Combating Trafficking in Persons 52.222-99: Establishing a Minimum Wage for Contractors (Deviation) 52.223-14 & Alt I: Acquisition of EPEAT Registered Televisions - Alternative I 52.223-16 & Alt I: Acquisition of EPEAT Registered Personal Computer Products - Alternative I 52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13: Restriction on Certain Foreign Purchases 52.232-33: Payment by Electronic Funds Transfer - SAM 52.232-36: Payment by Third Party 52.232-39: Unenforceability of Unauthorized Obligations 52.232-40: Providing Accelerated Payments to Small Business Subcontractors 52.247-34: FOB Destination 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 252.203-7000: Requirements Relating to Compensation of Former DOD Officials 252.203-7002: Requirement to Inform Employees of Whistleblower Rights 252.203-7998: 252.204-7003: Control of Government Personnel Work Product 252.204-7004 Alt A: System for Award Management 252.204-7011: Alternative Line Item Structure 252.204-7012: Safeguarding of Unclassified Controlled Technical Information 252.204-7015: Disclosure of Information to Litigation Support Contractors 252.211-7003 : Item Unique Identification and Valuation 252.223-7006: Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008: Prohibition of Hexavalent Chromium 252.225-7001: Buy American Act & Balance of Payments Program 252.225-7002: Qualifying Country Sources as Subcontractors 252.225-7048: Export- Controlled Items 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports 252.232-7006: Wide Area Workflow Payment Instructions 252.232-7010: Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.239-7018: Supply Chain Risk 252.244-7000: Subcontracts for Commercial Items 252.247-7023: Transportation of Supplies by Sea 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 252.239-7017 Notice of Supply Chain Risk (Nov 2013) 252.246-7008 Sources of Electronic Parts (Oct 2016) The proposed action is for both brand name only and brand name or equal items. Please see attachment 001 for the detailed Product List. The brand name or equal items are indicated with "or Equal" in the manufacturer information. A discount to the government is strongly encouraged. This requirement is other than full and open competition due to its BRAND-NAME nature and will result in a Firm-Fixed Price purchase order. Preferred delivery is within 30 - days after date of award. Provide a quote with FOB Destination shipping. FOB Destination to: COMMANDER, U.S. PACIFIC FLEET250 MAKALAPA DRIVEPEARL HARBOR, HI 96860-3131 Method of Payment Wide Area Work Flow The intended order will be firm-fixed price. Quotes will be evaluated based on lowest price technically acceptable criteria. The Contracting Officer will rank offerors from lowest to highest price, and review the technical quotes of the three lowest priced offers, if those offers are rated technically acceptable, then award will be made without further evaluating technical quotes of other offers. The award will be made to the lowest priced technically acceptable offer. The following attachments are applicable: 001 Product List 002 Required Provisions (Must be returned with Quote) All quotes shall include price(s), FOB point, a point of contact, name and phone number, schedule number, business, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Contact Cherice Bolla, who can be reached at 808-473-7577 or email Cherice.Bolla@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0007017RC1A101/listing.html)
 
Place of Performance
Address: Pearl Harbor, HI 96860
Zip Code: 96860
 
Record
SN04542172-W 20170615/170613234409-f565a2c1489e93881d3cf12bcf4d7eb0 (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.