Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2010 FBO #3140
SOLICITATION NOTICE

58 -- Repair Pairgrain Unit - SOW

Notice Date
6/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
F3HKA10153A001
 
Archive Date
7/17/2010
 
Point of Contact
TAMEKA TAYLOR, Phone: 4022947703, Justin K Williamson, Phone: 4022949605
 
E-Mail Address
tameka.taylor@offutt.af.mil, Justin.Williamson@offutt.af.mil
(tameka.taylor@offutt.af.mil, Justin.Williamson@offutt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Replace Pairgrain Unit Statement of Work 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; proposals are being requested and a written solicitation will not be issued. Solicitation number F3HKA10153A001 is issued as a request for quotation. Funds are currently available. Quotations must be good for one month after the closing post date. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42. The North American Industry Classification System (NAICS) code is 334290. The business size standard is 750. Offutt AFB intends to issue a Request for Quotation (RFQ) for the following items: Line Items: CLIN 0001 - 2ea METALIGHT Chassis for ML 2300, part # IPI-10502R020 CLIN 0002 - 2ea Service Dispatch Unit SDU 400, part # IPI-39503R600 CLIN 0003 - 4 ea MLU-32E (MLU with 32 Copper Pairs), part# IPI-55503R200 CLIN 0004 - 2ea -48VDC Unity Rectifier Shelf, part# IPI-20506R048 CLIN 0005 - 6ea -48VDC Unity Rectifier, part# IPI-15506R048 CLIN 0006 - 2ea -48VDC Unity GMT Fuse Panel, part# IPI-20506R048 CLIN 0007 - 2ea SFP Transceiver with LC Connector, part#, IPI-02506R000 CLIN 0008 - 4ea Copper Loop 32-pairs TELCO Connector -100ft, part# IPI-08504R240 CLIN 0009 - 1ea Cable for craft interface - 12ft, part# IPI-10504R200 CLIN 0010 - 2ea -48VDC Power and Ground Harness - 20ft, part# IPI-47504R200 CLIN 0011 - 60ea METALIGHT 622 RoHS Unit, part# IPI-16501RG00 CLIN 0012 - 60ea AC-DC Adapter, part# IPI-05506R000 CLIN 0013 - 60ea Quad Cable -4XRJ45 to Open End, solid Wires, part# IPI-10504R201 CLIN 0014 - 60ea Wall Mount Kit, Flat faced ( supports 1 - ML600), part# IPI-55510R509 CLIN 0015 - 1ea Installation of a complete end-end system including hardware installation (ML2300/ML622); mounting, cabling (CO/CPE Units); software configuration and acceptance testing (travel and expensesmust be included). part# IPI-install CLIN 0016 - 1ea Standard hardware warranty (24 months); factory repair and return with 30-days Repair time; standard software warranty (90days); on-demand software updates; Standard telephone technical support. CLIN 0017 - 2ea Enhanced support for ML 2300 Chassis; 24-hrs per day. 365 days per year; advanced hardware replacement service; automatic notification and supply of software updates. part# IPI-SVC-PLAT-2300 CLIN 0018 - 60ea Enhanced support for ML 622; 24-hrs per day. 365 days per year; advanced hardware replacement service; automatic notification and supply of software updates. Part# IPI-SVC-PLAT-622 All requested items are brand name or equal. GSA pricing will be accepted. Contractor must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting quote. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL BIDS. The clause at FAR 52.203-3 Gratuities (Apr 1984); 52.211-6 Brand Name or Equal; 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition along with 52.212-2, Evaluation-Commercial Items (price will be the only evaluation factor); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and the clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions incorporated by reference; 52.252-2 Clauses incorporated by reference; 52.252-5 Authorized Deviation and Provisions; 52.252-6 Authorized Deviation in Clauses. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. Additionally, the following FAR clauses cited in 52.212-5 are applicable; 52.219-6, Notice of Total Small Business Aside; 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 Affirmative Action for Workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; applies to this acquisition. The following DFARS clauses also apply to this acquisition: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alt A Required Central Contracting Registration; 252.225-7002 Qualifying Country Sources As Subcontractors; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.212-7001 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. Additionally, the following DFAR clauses cited in 252.212-7001are applicable; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Transportation of Supplies by Sea Alternate III. The following AFFARS clauses also apply to this acquisition: 5352.201-9101 Ombudsman; 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances. Offers are due by 12:00 p.m. CST Friday 2 July 2010. Quotes must be valid for 30 calendar days after the closing post date. Quotes should be submitted via email to: tameka.taylor@offutt.af.mil or fax to number (402) 294-7280. Address any questions to TSgt Tameka Taylor (402) 294-7703.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/F3HKA10153A001/listing.html)
 
Place of Performance
Address: OFFUTT AFB, BELLEVUE, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN02190123-W 20100630/100628235136-1112cf526530cb01f07ec144a7075643 (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.