SOLICITATION NOTICE
59 -- Copper Cable and Accessories
- Notice Date
- 9/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- Department of the Army, National Guard Bureau, 134 ARW, MCGHEE TYSON ANG BASE, MCGHEE TYSON ANG BASE, Tennessee, 37777
- ZIP Code
- 37777
- Solicitation Number
- F7X3241153AC01
- Archive Date
- 9/30/2011
- Point of Contact
- Paula K. Sales, Phone: 8659853351
- E-Mail Address
-
paula.sales@ang.af.mil
(paula.sales@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (II) Solicitation F7X3241153AC01 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-43. (IV) COMMERCIAL ITEM DESCRIPTION: CLIN 0001- Quantity 1 EA - Cable. 800 FEET LONG Cable, 200 PAIR, 24 GAUGE, 1.14 NOMINAL DIAMETER Filled ALPETH, ANMA Cable with foam skin insulation is a single jacket, filled design intended for direct burial application. An ETPR compound completely coats each insulated conductor and fills the air space between conductors. The shielding and jacketing combined with the filling and flooding compounds throughout the cable provide exceptional durability and resistance to moisture. Manufacturer's Part Number: Superior Essex 09-108-77 CLIN 0002 - Quantity 1 EA - Cable. 550 FEET LONG Cable, 200 PAIR, 24 GAUGE, 1.14 NOMINAL DIAMETER Filled ALPETH, ANMA Cable with foam skin insulation is a single jacket, filled design intended for direct burial application. An ETPR compound completely coats each insulated conductor and fills the air space between conductors. The shielding and jacketing combined with the filling and flooding compounds throughout the cable provide exceptional durability and resistance to moisture. Manufacturer's Part Number: Superior Essex 09-108-77 CLIN 0003 - Quantity 2 EA - Cable. 900 FEET LONG Cable, 100 PAIR, 24 GAUGE, 1.14 NOMINAL DIAMETER Filled ALPETH, ANMA Cable with foam skin insulation is a single jacket, filled design intended for direct burial application. An ETPR compound completely coats each insulated conductor and fills the air space between conductors. The shielding and jacketing combined with the filling and flooding compounds throughout the cable provide exceptional durability and resistance to moisture. Manufacturer's Part Number: Superior Essex 09-104-77 CLIN 0004 - Quantity 2 EA - Cable. 500 FEET LONG Cable, 100 PAIR, 24 GAUGE, 1.14 NOMINAL DIAMETER Filled ALPETH, ANMA Cable with foam skin insulation is a single jacket, filled design intended for direct burial application. An ETPR compound completely coats each insulated conductor and fills the air space between conductors. The shielding and jacketing combined with the filling and flooding compounds throughout the cable provide exceptional durability and resistance to moisture. Manufacturer's Part Number: Superior Essex 09-104-77 CLIN 0005 - Quantity 2 EA - Cable. 800 FEET LONG Cable, 100 PAIR, 24 GAUGE, 1.14 NOMINAL DIAMETER Filled ALPETH, ANMA Cable with foam skin insulation is a single jacket, filled design intended for direct burial application. An ETPR compound completely coats each insulated conductor and fills the air space between conductors. The shielding and jacketing combined with the filling and flooding compounds throughout the cable provide exceptional durability and resistance to moisture. Manufacturer's Part Number: Superior Essex 09-104-77 CLIN 0006 - Quantity 1 EA - Cable. 850 FEET LONG Cable, 100 PAIR, 24 GAUGE, 1.14 NOMINAL DIAMETER Filled ALPETH, ANMA Cable with foam skin insulation is a single jacket, filled design intended for direct burial application. An ETPR compound completely coats each insulated conductor and fills the air space between conductors. The shielding and jacketing combined with the filling and flooding compounds throughout the cable provide exceptional durability and resistance to moisture. Manufacturer's Part Number: Superior Essex 09-104-77 CLIN 0007 - Quantity 1 EA - Cable. 1200 FEET LONG Cable, 100 PAIR, 24 GAUGE, 1.14 NOMINAL DIAMETER Filled ALPETH, ANMA Cable with foam skin insulation is a single jacket, filled design intended for direct burial application. An ETPR compound completely coats each insulated conductor and fills the air space between conductors. The shielding and jacketing combined with the filling and flooding compounds throughout the cable provide exceptional durability and resistance to moisture. Manufacturer's Part Number: Superior Essex 09-104-77 CLIN 0008 - Quantity 1 EA - Cable. 1000 FEET LONG Cable, 50 PAIR, 24 GAUGE, 1.14 NOMINAL DIAMETER Filled ALPETH, ANMA Cable with foam skin insulation is a single jacket, filled design intended for direct burial application. An ETPR compound completely coats each insulated conductor and fills the air space between conductors. The shielding and jacketing combined with the filling and flooding compounds throughout the cable provide exceptional durability and resistance to moisture. Manufacturer's Part Number: Superior Essex 09-100-77 CLIN 0009 - Quantity 1 EA - Cable. 500ft long, 50 PAIR, 24 GAUGE,.66 (17) NOMINAL DIAMETER. Conductor: Tinned Copper. AWG(mm) 24 (0.5). Shield: Aluminum Foil. Jacket Marking: Printed at 2ft intervals on the jacket. Info includes product identification, pair count, UL information and sequential lengths in feet and meters. Performance Compliance: Telcordia GR-137-CORE, GR-499-CORE (Pulse shape compliance at 565ft), UL 444, CSA C22.2 No. 214.08, UL 1666, ANSI/TIA-568-C.2, RoHS-Compliant. Features: Solid color Polyolefin insulation, 100Ohm Nominal Impedance, Short pair lays/tight twists, CMR Listed suitable for Horizontal and riser installations, 75degC Temperature rating, Rip Cord for jacket removal. Manufacturer's Part Number: Superior Essex 55-B99-21. CLIN 0010 - Quantity 1 EA - Cable. 100ft long, 50 PAIR, 24 GAUGE,.66 (17) NOMINAL DIAMETER. Conductor: Tinned Copper. AWG(mm) 24 (0.5). Shield: Aluminum Foil. Jacket Marking: Printed at 2ft intervals on the jacket. Info includes product identification, pair count, UL information and sequential lengths in feet and meters. Performance Compliance: Telcordia GR-137-CORE, GR-499-CORE (Pulse shape compliance at 565ft), UL 444, CSA C22.2 No. 214.08, UL 1666, ANSI/TIA-568-C.2, RoHS-Compliant. Features: Solid color Polyolefin insulation, 100Ohm Nominal Impedance, Short pair lays/tight twists, CMR Listed suitable for Horizontal and riser installations, 75degC Temperature rating, Rip Cord for jacket removal. Manufacturer's Part Number: Superior Essex 55-B99-21. CLIN 0011 - Quantity 100 EA - Shield Bond Connector with Pair Saver. 3M ID 80611316417. Clamp. The 4460-DS connector is similar to 4460-D shield connector and is supplied with a small piece of pair saver to aid connector insertion and to protect conductors. This connector is suitable for a cable size of 100 pair or less. Manufacturer's Part Number: 3M 440-DS CLIN 0012 - Quantity 16 EA - VTR CBL MGT 6x6 FRT/REAR 45RU. Front and rear vertical cable manager. Has fingers that align with rack spaces to simplify cable routing. Finger spacing accommodates up to 24 Category 6 cables for each space eliminating the need to remove fingers for cable routing. (80.4"H x 6.7"W x 13.8"D). Features: Bend radius control designed into fingers and pass through holes helps prevent cable kinks, snags and crushing. Included dual hinged covers can be opened to the left or right to provide easy access to the vertical pathway. Molded construction provides durability and ease of installation. Cable retainers can be snapped on to fingers to help keep cables in place during system installation and maintenance. Manufacturer's Part Number: Panduit Electrical - WMPVHC45E CLIN 0013 - Quantity 8 EA - Rack Top Trough w/Waterfall. NetRunner Vertical Cable Management Rack top trough with waterfall creates pathway above rack, for use with CMR19X84 and WMPV45E/WMPVHC45E and NRV series. Product Type: Trough Color: Black. Depth: (mm) 356.9. Height: (mm) 50.8. Width: (mm) 557.3. Manufacturer's Part Number: Panduit Electrical - WMPV45ERTW CLIN 0014 - Quantity 2 EA - Pannet Netrunner End Panel. NetRunner Vertical Cable Management End Panel For Use With WMPVHC45E. Includes two panel sections to cover 45 RU on one side. Color: Black. Depth: (mm) 9.7. Height: (mm) 2048. Width; (mm) 314.3. Manufacturer's Part Number: Panduit Electrical - WMPVHC45EP. CLIN 0015 - Quantity 10 EA - HORZ MGR Fr&R 2U External Covers and Clips. PatchLink Horizontal Cable Manager Front and Rear 2U.. 3.5"H x 20.2"W x 8.9"D (89mm x 513mm x 226mm). Includes extended front covers and two bend radius clips. Cable Capacity - Cat 6 (.250): 36 Front and 36 Rear. Manufacturer's Part Number: Panduit Electrical - WMPH2E CLIN 0016 - Quantity 4 EA - 8RK Space Filler Panel. Dimensions: 14.0"H x 19.0"W (355mm x 483mm). Mounts to standard EIA 19" racks or cabinets. #12-24 and M6 mounting screws included. No. of Rack Spaces: 8. Manufacturer's Part Number: Panduit Electrical - DPFP8 CLIN 0017 - Quantity 4 EA - 4 RK Space Filler Panel. Dimensions: 7.0"H x 19.0"W (178mm x 483mm). No. of Rack Spaces: 4. Mounts to standard EIA 19" racks or cabinets. number12-24 and M6 mounting screws included. Manufacturer's Part Number: Panduit Electrical - DPFP4 CLIN 0018 - Quantity 26 EA - 100PR 710IN/110OUT WCVR/W Spice. Building Entrance Terminals - Pedestal. 100 Pair 710/110 With Cover and Splice Chamber. These 16 AWG steel building entrance terminals feature a 710 style connector for use in specialized OSP installations Also included are multiple external and internal ground lugs as well as a splice chamber. UL Approval standard on all terminals. Standard 5-pin protector modules are sold separately. 710 connector input and 110 connector or 66 block output. Double door locking lid system for restricted or separate access. Equipped with an internal fuse link. Removable splice chamber should the terminal fuse within a multiple configuration. Stackable to allow for future service expansion. External ground connectors accept 6-14 AWG ground wire. Accommodates industry standard 5 pin protection module. Designed to exceed the requirements set forth in Underwriters Laboratory's UL497. Manufacturer's Part Number: Circa Telcom 1880ECS1-100. CLIN 0019 - Quantity 30 EA - 110 SYS Rack MT Kit 5PR W/Trough 100PR. Hubbel 110 Rack Mount Kit, Cat 5e, 100-pair, 5-pair Blocks. Black powder-coat, 14 ga. steel panels can be mounted directly to a 19in EIA-310-D standard rack or cabinet. Blocks material: Polycarbonate UL 94V-0. Provisions for grounding. Included: 1 rack mount panel. 2 110 wiring blocks (50-pair). 20-110 connecting blocks (5-pair). 2 jumper troughs. 2 label holders. 4-110 paper labels. 4 rack mount screws. Compliant Standards: EIA-310-D, UL 94 V-0. Manufacturer's Part Number: Hubbell Premise Wiring - 110RM15. CLIN 0020 - Quantity 8 EA - Cable MGMNT RK. 19in x 7ft Standard Aluminum Rack for Cable Management. Can be used with all Panduit cable management and patch panel products in addition to any industry standard 19" or components. Features: individually printed rack space numbering, Double-sided 12-24 EIA universal mounting hole spacing, 12-24 mounting screws included, qty. 25, 800 lbs. load rating for 7ft racks. Manufacturer's Part Number: Panduit Electrical CMR19X84. NOTE: If quoting equal item, your proposal must contain the make, model and part number along with the name of the manufacturer and enough information for the Government to make an or equal determination. Failure to include sufficient information may result in no further consideration of your quote. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their or equal offer/quote. Request for such information does not constitute discussions. (VII) Place of Delivery: McGhee Tyson ANG Base, Louisville, TN 37777, FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at http://orca.bpn.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil: 52.203-3, Gratuities; 52.203-6, Alt I, Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied-Double Sided on Recycled paper; 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.215-5, Facsimile Proposals; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns (DEVIATION); 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 52.222-41, Service Contract Act 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-2, Service of Protest; (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Protest to the independent review authority shall be filed with either the Office of the Chief Council or the Contracting Officer: Office of Chief Counsel ATTN: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1; Suite 11300 Arlington, Virginia 22202-3231 FAX (703) 607-3684 or 3682 OR Protest to the Contracting Officer shall be filed at: 134ARW/MSC 240 Briscoe Drive Louisville, TN 37777-6227 FAX (865)985-3335 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 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 and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.204-7006, Billing Instructions; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252-225-7002, Qualifying Country Sources as Subcontractors; 252-225-7012, Preference for Certain Domestic Commodities; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies Sea. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 13 June 2011. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A. (XV) Quotes will be due to the 134ARW/MSC 240 Briscoe Drive, Louisville, TN 37777, by 20 June 2011, 2:00 p.m. eastern standard time. Email quotes will be accepted at paula.sales@ang.af.mil. Quotes may also be faxed to 865-985-3335. (XVI) Point of Contact is MSgt Paula Sales (865) 985-3351 or email paula.sales@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-1/F7X3241153AC01/listing.html)
- Place of Performance
- Address: McGhee Tyson ANG Base, Louisville, Tennessee, 37777, United States
- Zip Code: 37777
- Zip Code: 37777
- Record
- SN02561808-W 20110904/110902235720-d3041cf946eca7f9b1c3b272a7d31880 (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 |