SOLICITATION NOTICE
61 -- Communication Cable for Seismic Sensors
- Notice Date
- 6/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
- ZIP Code
- 95819
- Solicitation Number
- 10WRQQ0214
- Response Due
- 6/25/2010
- Archive Date
- 6/14/2011
- Point of Contact
- CHERYL FITCH CONTRACTING SPECIALIST 9162789331 ;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Quotes are being requested and a written solicitation will not be issued. Solicitation Number #: 10WRQQ0214 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular: 05-41, dated APR 13, 2010. This combined Synopsis /Solicitation is set-aside 100% for small business. The NAICS code(s) is / are 331422, Size Standard: 1,000. DESIRED DELIVERY DATE: 30 DAYS ADC DELIVERY/PERFORMANCE LOCATION(S): MENLO PARK, CA. CLIN 0001: Communication Cable for Seismic Sensors, 115,000 Feet, similar to Belden part number 82777 or 88778 with the following exceptions: Shall be four pair 22 AWG stranded (7X30), Tinned Copper, each pair individually shielded instead of six pair 22 AWG. Shall have in addition to the four pairs, three individual conductors of 20 AWG stranded conductors (7X28), Tinned Copper non-shielded. The colors for the pairs shall be white paired with black, green paired with black, yellow paired with black and brown paired with black. The color for the three individual 20 AWG wires shall be red, blue, and black. The outer cable jacket shall be plenum rated similar to the Belden 82777 and shall have an overall foil shield with a 20AWG stranded drain wire. The outside jacket of the cable shall have the following printed in addition to the standard NEC plenum cable nomenclature, (Caution! USGS seismic monitoring cable, DO NOT CUT!). Other than above mentioned exceptions the cable shall be equal to or better then the above named Belden cable. The cable shall be made up in spools of 1,000 feet + or - 10% with no breaks or splices in the spools. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors - Commercial (Jun 2008). The selected Offeror must submit a completed copy of the provision at 52.212-3 (Aug 2009), Offeror Representations and Certifications - Commercial Items. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://orca.bpn.gov. If however, an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of the provision. The following additional FAR Clause is Incorporated by Full Text: 52.212-02, Evaluation - Commercial Items (Jan 1999), Evaluation Factors: (a) 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: (i) Award will be based on the lowest priced, technical acceptable offer. To be technically acceptable, offerors must provide evidence of the capabilities of the product(s) they are proposing to meet the Government's requirement, and demonstrate the company's ability to provide the required items. (ii) Pricing of products offered to meet the Government requirement. (iii) Past performance - Offerors shall provide enough information with their quote so that the Government can determine the proposed ability of the company to meet the Government's requirement. Note: In addition to past performance information provided with quotes, the government will utilize the Past Performance Information Retrieval System (PPIRS) in the evaluation of Contractor's past performance. Technical and past performance, when combined, and compared, are approximately equal to cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following additional FAR Clause is Incorporated by Full Text: 52.211-16, Variation in Quantity, (Apr 1984), (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below. (b) The permissible variation shall be limited to: 10% Percent increase 10% Percent decrease This increase or decrease shall apply to the total amount of cable provided. The following additional FAR Clauses are Incorporated by Full Text: 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2010), 52.222-25, Affirmative Action Compliance (Apr 1984), and 52.252-2, Clauses Incorporated by Reference (Feb 1998). The following FAR are incorporated by reference: 52.203-06, Restrictions on Subcontractor Sales to the Government SEP 2006, 52.204-7, Central Contractor Registration, APR 2008, 52.219-6, Notice of Total Small Business Set-Aside JUN 2003, 52.219-08, Utilization of Small Business Concerns, MAY 2004, 52.219-14,Limitations on Subcontracting, DEC 1996, 52.219-28, Post Award Small Business Program Representation, APR 2009, 52.222-3, Convict Labor, JUN 2003, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, AUG 2009, 52.222-21,Prohibition of Segregated Facilities FEB 1999, 52.222-26, Equal Opportunity, MAR 2007, 52.222-35,Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, SEP 2006, 52.222-36, Affirmative Action for Workers with Disabilities, JUN 1998, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, SEP 2006, 52.225-1, Buy American Act - Supplies, FEB 2009, 52.225-13 Restrictions on Certain Foreign Purchases, JUN 2008, 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, OCT 2003. Please include the Delivery Time-Frame/Schedule, the company Payment Terms and Federal Tax ID Number. The full text of the above-mentioned FAR clauses may be electronically accessed at http://www.acquisition.gov/far/ or http://www.doi.gov/pam/aindex.html, as per 52.252-2 (Feb 1998), Clauses Incorporated by Reference. CCR Requirement - All interested Companies must be registered with the Central Contractor Registration (CCR). To register with the CCR, go to the CCR web site at http://www.ccr.gov. POC for this award is Cheryl A. Fitch at 916-278-9331. All questions and concerns shall be submitted in writing to cfitch@usgs.gov. All questions must be submitted NLT June 24, 2010. Quotes can be e-mailed to cfitch@usgs.gov or fax them to 916-278-9339. Quotes will be considered late if not received by June 25, 2010 no later than 4:00pm, PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10WRQQ0214/listing.html)
- Place of Performance
- Address: Menlo Park, CA
- Zip Code: 940253561
- Zip Code: 940253561
- Record
- SN02176846-W 20100616/100614234629-c5f52cfe4103a322d97ccfd8d3b7f46d (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 |