Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
MODIFICATION

60 -- OptiFiber and CertiFiber Kit - Note: This buy is set-a-side for USA vendors and only USA authorized distribute/sellers can participate in bedding. Certificate will be checked.

Notice Date
8/17/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
8100 Islamabad Place, Washington, DC 20521
 
ZIP Code
20521
 
Solicitation Number
PR7582275
 
Response Due
9/7/2018
 
Archive Date
3/6/2019
 
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
CANCELLATION NOTICE: Bids are being solicited under solicitation number PR7582275. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 942005. USA Market: Sellers bidding on this opportunity MUST have the items requested on the specified contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective contract AND approval from the soliciting contracting officer. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-09-07 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be North Brunswick, NJ 08902. The U.S. Embassy Islamabad, Pakistan requires the following items, Brand Name or Equal, to the following: LI 001: CertiFiber Pro Multimode OLTS Kit or equal with the following salient characteristics: CertiFiber ®Pro Optical Loss Test Set MFR PART # CFP2-100-M-NW Type: TESTKIT UNSPSC Code: 41113740 FLUKE NETWORKS: CFP2-100-M-NW Description: CertiFiber Pro improves the efficiency of fiber certification with a six second loss measurement of two fibers at two wavelengths. The Taptive User Interface provides simple, animated guidance to eliminate incorrect reference setup and "negative loss" errors. Built on the future-ready Versiv platform, CertiFiber Pro provides merged Tier 1 (Basic) / Tier 2 (Extended) testing and reporting when paired with OptiFiber Pro module. It is Encircled Flux compliant out of the box and supports double ended Pa ss/Fail certification of fiber optic connector endfaces. A Copper certification modules is also available. Upload and consolidate certification test results from remote sites and manage projects from smart devices with LinkWare Live. Features: Fastest time to certify - two fibers at two wavelengths in six seconds. Encircled Flux compliant as required by ANSI/TIA and ISO/IEC Merged Tier 1 (Basic) / Tier 2 (Extended) testing and reporting when paired with OptiFiber Pro Double ended Pass/Fai certification of fiber optic connector endfaces Future-ready Versiv platform supports copper certification, fiber loss, OTDR testing and hardware upgrades Taptive user interface provides simple, animated guidance to eliminate incorrect reference. (Preference will be given to products that comply with the Buy American Act 41 U.S.C. 8301 “8305), 1, EA; LI 002: CertiFiber Pro Single-mode OLTS Kit (Configured for testing LC Style) or equal with the following salient characteristics: CertiFiber ®Pro Optical Loss Test Set MFR PART # CFP2-100-S-NW Type: TESTKIT UNSPSC Code: 41113740 FLUKE NETWORKS: CFP2-100-S-NW Description: CertiFiber Pro improves the efficiency of fiber certification with a six second loss measurement of two fibers at two wavelengths. The Taptive User Interface provides simple, animated guidance to eliminate incorrect reference setup and "negative loss" errors. Built on the future-ready Versiv platform, CertiFiber Pro provides merged Tier 1 (Basic) / Tier 2 (Extended) testing and reporting when paired with OptiFiber Pro module. It is Encircled Flux compliant out of the box and supports double ended Pa ss/Fail certification of fiber optic connector endfaces. A Copper certification modules is also available. Upload and consolidate certification test results from remote sites and manage projects from smart devices with LinkWare Live. Features: Fastest time to certify - two fibers at two wavelengths in six seconds. Encircled Flux compliant as required by ANSI/TIA and ISO/IEC Merged Tier 1 (Basic) / Tier 2 (Extended) testing and reporting when paired with OptiFiber Pro Double ended Pass/Fai certification of fiber optic connector endfaces Future-ready Versiv platform supports copper certification, fiber loss, OTDR testing and hardware upgrades Taptive user interface provides simple, animated guidance to eliminate incorrect reference. (Preference will be given to products that comply with the Buy American Act 41 U.S.C. 8301 “8305), 1, EA; LI 003: OptiFiber Pro Multimode OTDR kit or equal with the following salient characteristics: OptiFiber ® Pro OTDR MFR PART # OFP2-100-M-NW Type: TESTKIT Description: The OptiFiber Pro OTDR is built from the ground up specifically to meet the challenges of enterprise fiber infrastructures. Fast set up and trace times find problems fast while the Taptive user interface turns any technician into a fiber expert, elimin ating the errors that occur when testing fiber. Ultra-short dead zones enable testing of condensed, connector-rich fiber used in datacenters. Built in Visual Fault Locator. Modular Versiv platform provides combined Tier 1 (Basic) / Tier 2 (Extended) te sting and reporting when paired with CertiFiber Pro module. Copper certification and Ethernet troubleshooting modules are also available. Features: Future-ready VersivTM design supports copper certification, fiber loss, OTDR testing and hardware upgrade TaptiveTM user interface simplifies set up, eliminates errors and speeds troubleshooting Industry ™s shortest event and attenuation dead zones Accelerate fiber certification with the fastest set-up and trace times EventMap view negates the need for OTDR Trace Analysis Merged Tier 1 (Basic) / Tier 2 (Extended) testing and reporting when paired with CertiFiber Pro ProjXTM system manages job. (Preference will be given to products that comply with the Buy American Act 41 U.S.C. 8301 “8305), 1, EA; LI 004: Shipping charges till North Brunswick NJ 08902 address (If any) Note: 1. Do not include shipping cost in line item price. 2. This buy is set-a-side for USA vendors and only USA authorized distribute/sellers can participate in bedding. Certificate will be checked., 1, 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, U.S. Embassy Islamabad, Pakistan 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Embassy Islamabad, Pakistan is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, 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 Sellers require additional clarification, contact 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer ™s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer ™s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. Segregate shipping charges from the line item prices and mention at the last designated line item in the bid. No partial payment and shipments are permitted, unless otherwise specified by Contracting Officer at time of award. Delivery order awards shall only be made to the firm that has the GSA FSS contract awarded to them. The Government views a team arrangement as a prime and subcontractor relationship with the delivery order only being awarded to one GSA FSS holder. To ensure compliance, prior to award the offeror MUST provide written proof from the GSA FSS contract holder that they have the right to offer the GSA schedule items on behalf of the GSA FSS holder; AND a statement that the offeror accepts that the government will make award to the GSA schedule contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the GSA FSS contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the FSS contract holder must meet the socio-economic requirement in order to be considered for award. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default śprogram files ť directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been śsubstantially transformed ť in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered śsubstantially transformed ť based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. Complete Payment, Packing and Shipping instruction will be provided in the body of the purchase order at the time of award. The Contractor shall comply with the Federal Acquisition Regulation (FAR) clauses, which are incorporated by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR/DOSAR clauses attached are part of this PO, these clauses can also be accessed electronically using the following links: DOSAR Clauses accessible: https://www.ecfr.gov/cgi-bin/text-idx?SID=2e978208d0d2aa44fb9502725ecac4e5&mc=true&tpl=/ecfrbrowse/Title48/48chapter6.tpl FAR Clauses accessible: https://acquisition.gov/browsefar 52.212-4 Contract Terms and Conditions ”Commercial Items (Jan 2017) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders ”Commercial Items (Jul 2018) 52.204-9Personal Identity Verification of Contractor Personnel (if contractor requires physical access to a federally-controlled facility or access to a Federal information system)JAN 2011 52.212-4Contract Terms and Conditions “ Commercial Items (Alternate I (MAY 2014) of 52.212-4 applies if the order is time-and-materials or labor-hour)JAN 2017 52.225-19Contractor Personnel in a Diplomatic or Consular Mission Outside the United States (applies to services at danger pay posts only)MAR 2008 52.227-19Commercial Computer Software License (if order is for software)DEC 2007 52.228-3Workers ™ Compensation Insurance (Defense Base Act) (if order is for services and contractor employees are covered by Defense Base Act insurance)JUL 2014 52.228-4Workers ™ Compensation and War-Hazard Insurance (if order is for services and contractor employees are not covered by Defense Base Act insurance)APR 1984 52.249-2Termination for Convenience of the Government (Fixed-Price)Apr 2012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d7c88148aca5ce5dbdbb5ac91cc9c48f)
 
Place of Performance
Address: North Brunswick, NJ 08902
Zip Code: 08902
 
Record
SN05044266-W 20180819/180817231356-d7c88148aca5ce5dbdbb5ac91cc9c48f (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.