Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
SOLICITATION NOTICE

D -- SONET Test Equipment

Notice Date
7/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Telecommunications Contracts and Audit Unit/PPMS, 14800 Conference Center Drive, Suite 202, Chantilly, VA, 20151, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ-048750
 
Response Due
8/10/2007
 
Archive Date
8/25/2007
 
Description
This is a combined synopsis/solicitation for commercial services in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number RFQ-048750 is issued as a Request for Quotation, under simplified acquisition procedures, test program, unrestricted. The North American Industry Classification System (NAICS) code is 334515 and the small business size standard is 1,500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-16 (dtd 03/22/07). All responsible sources may submit a proposal, which, if timely received, shall be considered by the Government. The contractor shall provide the SunSet OCx OC-48 Test Set, SSOCx-E DS-1 to OC-48. The components are comprised of the following: SSOCX-DW48-3 Long Haul Dual Wavelength (1310mm and 1550nm). This feature allows for the testing of both major types of single mode fiber. SWOCX-J Asynchronous Transfer Mode (ATM) Analysis at OC-3; SWOCX-W ATM Analysis at OC-48. These features allow for testing ATM at both OC3 and OC-48 speeds. SS430-WT-OPT Optical Cable Kit. This feature provides the adapter cables and filters required for testing and troubleshooting. SS138D AC Adapter (U.S.) Input 100-240 Volts AC Output 15 volts DC at 2.6 Amperes. SA145-NA U.S. 2 Prong Power Cord for the AC adapter. These features are required to power the test set in the U.S. These features are necessary to meet current and future demands that the Washington Field Office (WFO) has for SONET testing and maintenance. The proposal shall include the following information to be considered: -Detailed pricing for products described above. - Past performance references for the last three (3) contracts of a similar nature. Bids received without past performance references shall be considered non-responsive. Bidders shall ensure all reference points of contact, i.e., organization, name, and phone number, are accurate. Proposals will be evaluated based on the factors as listed below for the one-time purchase of this test equipment, with award anticipated by 09/04/07. Exercise of the awarded contract is contingent upon availability of fiscal year funds. The test equipment is to be delivered no later than 09/30/07 and the primary place for delivery is at the FBI WFO at 601 4th Street N.W., Washington, D.C., 20535. The following FAR clauses apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items (Sept 2006). 52.212-2 Evaluation - Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability, past performance, and price. Technical and past performance, when combined, are more important than price. Vendors are required to submit past performance information, including points of contact, on the last three contracts for similar products. Further, the government intends to award without discussions, but reserves the right to conduct discussions. 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2006). An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision. 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2007). 52.217-9 Option to Extend the Terms of the Contract (Mar 2000). 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (Oct 2003). This form shall be fully completed and must be submitted with proposal. 52.232 19 Availability of Funds for the Next Fiscal Year. (Apr 1984). Funds are not presently available for performance under this contract beyond 9/30/2007. The Government?s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 9/30/2007, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. In addition to the listed FAR provisions and clauses, all Offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. The selected Offeror shall also submit an electronic payment form SF-3881 ACH Vendor/Miscellaneous Payment Enrollment in accordance with the Debt Collection Act of 1996. A copy of this form may be obtained from the U.S. Treasury web site address http://www.ustreas.gov/forms.html. All FAR provisions and clauses may be reviewed and/or obtained from the General Services Administration?s Federal Acquisition Regulation web site at Internet address http://www.arnet.gov/far/. Two (2) copies of a signed and dated proposal must be submitted to the FBI, 14800 Conference Center Drive, Suite 202, Chantilly, Virginia 20151, no later than 4:00 PM Eastern Standard Time (EST) 08/10/07. All proposals must be submitted in hard copy. NO Faxed proposals will be accepted. The contact for information regarding this solicitation may be obtained by contacting Ms. Tracie L. Davidson at (703) 814-4722 between the hours of 8:00 AM and 4:30 PM EST, Monday through Friday. The proposal number RFQ-048750 must be listed on the outside of the submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED.
 
Place of Performance
Address: WFO, 601 4TH Street N.W., Washington, D.C.
Zip Code: 20535
Country: UNITED STATES
 
Record
SN01353075-W 20070728/070726220723 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.