Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
SOLICITATION NOTICE

59 -- Mini Optical Test Set

Notice Date
8/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
DABK41-03-T-1008
 
Response Due
8/19/2003
 
Archive Date
10/18/2003
 
Point of Contact
Pamela E. Nevels, 928-328-6154
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(pamela.nevels@yuma.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. Mini Optical Test Set Synopsis/Solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-14 (23 June 03) and Defense Federal Acquisition Regulation Supplement (DFARS), 1998 edition, and current to DCN 20030722. The preferred method of payment is by Government Visa Credit Card. This acquisition is issued on an unrestricted basis. The North American Industr y Classification Systems (NAICS) is 333314 with a size standard of 500 employees. This requirement is for two each Mini Optical Test Sets to include the following equipment: 2 Each EMTS5100e MTS 5100e Mini Optical Test Platform, 2 each E5000Hd, Hard Disk Drive, 2 each E5000FD Floppy Disk Drive, 2 each E5000Col High Definition VGA Color Display: Active Matrix, 2 each E5005 Hard Transit Case, 2 each E5001 Additional Rechargeable Battery, 2 each E5026HD Long Range 42/40dB 1310/1550 nm module, 2 each EUNIPCNAD Universal PC connector without adapter one each for 5026HD module, 2 each EUNISCAD SC Universal adapter, one free per 5026 module, 2 each E5026VUPP VFL option for OTDR module, Universal pull connector 2,5 mm, 2 each E50661 Loss Test Set 1310/1550 nm with Talk Set, 2 each EUNIPCNAD Universal PC connector without adapter, one each for E50661, 2 each EUNISCAD SC Universal adapter one free per E50661, E506SC SC adapter one free for 50551 power meter Rx, 4 each EUNISTAD ST Universal adapter, 2 each E9556MTS M TS to PC file transfer Software with Windows 95, 2 each EOFS200 Optical Fiber Cable Software, 2 each E5000Keyb External keyboard, 2 each E5003/3 Additional AC Adapter/Charger MTS5100(USA), 2 each E5020TFSM Test Fiber Single mode(2 reels G652 fiber1km and 450m lengths), Hardware Maintenance 2 each MTS5100e-BASIC-5 Service ValuePak for MTS5100e(5 years-4years EW and 4 Cal.), Hardware Maintenance 2 each MTS5026HD Basic 5-service ValuePak for MTS5026HD(5 years-4 years EW and 4 Cal.), Hardware Maintenance 2 ea ch MTS50661 Basic 5 service ValuePak for MTS50661(5 years 4 years EW and 4 Cal) with A/C Adapter/Charger, manual, 1 battery, 2 module slots, 8 inch LCD screen, RS-232C interface, Centronics interface, manuals and technical assistance line. This solicitati on is being issued as a Sole Brand based on form fit and function and compatibility with existing equipment. The manufacturer is Acterna 12410 Milestone Center Drive, Germantown, Maryland 20876-7100, (800) 543-1550. The following FAR and DFAR representat ions and certifications apply to this acquisition and must be filled out in accordance with FAR provision 52. 212-1, Instruction to Offerors Commercial Items (Oct 2000), FAR 52.212-3, Offeror Representations and Certifications Commercial Items (June 2003) and DFARS 252.212-7000, Offerors Representation and Certifications Commercial Items (Sep 1999). Offerors that fail to furnish required representations of information as required by FAR 52.212-1, 52.212-3, and DFARS 252.212-7000 cited above, or rejects the terms and conditions of this solicitation may be excluded from consideration. In order to complete the Representation and Certifications and review the clauses in this solicitation you must go to the US Air Force web site at http://farsite.hill.af.mil/V FFAR1.HTM, locate the referenced clause, copy and paste to a Word document and complete. The following clauses and provisions are incorporated by reference and apply to this acquisition, FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 200 2), FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (June 2003) specifically clauses, 52.2 03-6 Restrictions on Subcontractor Sales to the Government, 52.219.8 Utilization of Small Business Concerns, 52.222-21, 52.217-5, Evaluation of Options (July 1990), 52.217-7, Option for Increased Quantity-Separately Priced Line Item, The Contracting Office r may exercise this purchase option within one year of award date of this contract. (March 1989), Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era and ot her Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and other Eligible Veterans, 52.222-48 Exemption from application of Service Contract Act , 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registration, 52.232-36,Payment by Third Party, DFARS clause 252.212-7001(June 2003), specifical ly FAR 52.203-3 Gratuities, and DFARS 252.243-7002 Requests for Equitable Adjustment, DFARS 252.247-7023 Transportation of Supplies Sea, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. All proposals shall be clearly marked with the s olicitation number referenced above and submitted via email to pamela.nevels@yuma.army.mil no later than 19 August 2003 by 3:00 PM Mountain Standard Time. After reviewing the solicitation if you plan to participate you are required to provide your company name, address, telephone number and email address for notification of amendments to the above email address.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00395078-W 20030809/030807213737 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.