Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
SOLICITATION NOTICE

70 -- LAN Network and Ethernet Cable Testers

Notice Date
8/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Office of Naval Intelligence, 4251 Suitland Road, Washington, District of Columbia, 20395-5720, United States
 
ZIP Code
20395-5720
 
Solicitation Number
N0001512RC11167
 
Archive Date
9/26/2012
 
Point of Contact
Karen B. Langdon, Phone: 3016692795
 
E-Mail Address
klangdon@nmic.navy.mil
(klangdon@nmic.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the 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 Government reserves the right to award without discussions. The solicitation document, N0001512RC11167, is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-60 The associated NAICS code is 334515, small business size standard is: 500 employees. This RFQ is a 100% total small business set-aside. This requirement is for eight (8) each Lan Network and Ethernet Cable Test Kits. Test Kits measures and presents speed and performance results up to 1 gigabit/ supports IEEE 802.3 data speed carrying specifications to 1 gigabit; measures cable length and distances to opens and shorts; uses TDR technology; tests telephone, coax, security/alarm, cables for continuity, proper termination and polarity; sts shielded or unshielded Cat 3, 5, SE, 6; wiremaps individual runs to locate and identify cable routes; and tests interconnect specifications per TIA 568/570, including opens, shorts, miswires, and split pairs. JDSU Validator, JDSU-Testum PN NT1055 or equal FOB Destination. Desired Delivery is 30 days After Receipt of Order (ARO). Offerors are requested to specified their delivery if other than 30 days ARO. Ship to: Office of Naval Intelligence, 4251 Suitland Road, Washington DC, 20395-5720. FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price. 52.212-3, Offeror Representations and Certifications - Commercial Items. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer. (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] If an offeror has not completed the annual representations and certificates electronically at the ORCA website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o). The provision at 52-211-6, Brand Name or Equal, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Specifically the following clauses: 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Representation APR 2012 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Specifically the following clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, Sep 2011 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, JUN 2012 Award will be made to the lowest price, technically acceptable, responsive, responsible offeror. Anticipated Award Date is: 17 Sep 12
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/90cef246c90d3fbd49a281c3e9959064)
 
Place of Performance
Address: Office of Naval Intelligence, 4251 Suitland Road, Washington, District of Columbia, 20395-5720, United States
Zip Code: 20395-5720
 
Record
SN02865425-W 20120902/120901001007-90cef246c90d3fbd49a281c3e9959064 (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.