SOLICITATION NOTICE
60 -- Fiber Optic Jumpers/Switchs/Coupling Plates/Cables
- Notice Date
- 6/29/2015
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1333 Issac Hull Ave SE, Washington Navy Yard, DC 20376
- ZIP Code
- 20376
- Solicitation Number
- N00024-15-R-5144
- Response Due
- 7/10/2015
- Archive Date
- 1/6/2016
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- 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.The solicitation number is N00024-15-R-5144 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 335921 with a small business size standard of 1,000.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-07-10 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Dahlgren, VA 22448 The NAVSEA - HQ requires the following items, Brand Name or Equal, to the following: LI 001: GLX4000 144 Port Network Switch: P/N: FHS5-00000000-00: Layer 1 Network Switch: MANUFACTURER: CURTISS WRIGHT, 2, EA; LI 002: Retime Port: P/N: FHSZ-GLX00000-RT: Switch Port Cards: MANUFACTURER: CURTISS WRIGHT, 6, EA; LI 003: 1000Base-LX Singlemode SFP: P/N: AHPRPLTRANS#26A1: SFP Transceiver: MANUFACTURER: CURTISS WRIGHT, 184, EA; LI 004: 1000Base-LX Multimide SFP: P/N: AHPRPLTRANS#27A1: SFP Transceiver: MANUFACTURER: CURTISS WRIGHT, 30, EA; LI 005: 100BaseFX SFP: P/N: AHPRPLTRANS#28A1: SFP Transceiver: MANUFACTURER: CURTISS WRIGHT, 40, EA; LI 006: 1000Base-SX SFP: P/N: AHPRPLTRANS#24A1: SFP Transceiver: MANUFACTURER: CURTISS WRIGHT, 16, EA; LI 007: 10/100/1000Base-T SFP: P/N: AHPRPLTRANS#1-A1: SFP Transceiver: MANUFACTURER: CURTISS WRIGHT, 18, EA; LI 008: Uninterruptible Power Supply: P/N: SUA2200RM2U: UPS: MANUFACTURER: APC, 1, EA; LI 009: 30 Meter Fiber-Optic Singlemode Jumper: P/N: EFP310-030M-STLC: Patch Cable: MANUFACTURER: BLACK BOX, 184, EA; LI 010: 30 Meter Fiber-Optic Multimode Jumper ST-LC: P/N: EFP110-03M-STLC: Patch Cable: MANUFACTURER: BLACK BOX, 86, EA; LI 011: RJ-45 Plenum Rated CAT5e Patch Cable: P/N: TRD855PL-90: Patch Cable: MANUFACTURER: L-COM, 18, EA; LI 012: Fiber Termination Unit Wall-Mount: P/N: FT48WFM: FTU: MANUFACTURER: POWER & TEL, 3, EA; LI 013: 6-Port ST Coupling Plates MM/SM: P/N: FTST06S5: Coupling Plate: MANUFACTURER: POWER & TEL, 20, EA; LI 014: 12-Port ST Coupling Plates MM/SM: P/N: FTST12S5: Coupling Plate: MANUFACTURER: POWER & TEL, 20, EA; LI 015: Indoor 4-Tube Cable Plenum Rated (foot): P/N: TC07TP2: Tube Cable: MANUFACTURER: POWER & TEL, 1000, EA; LI 016: 18-Strand ABF Singlemode OS2 (foot): P/N: FB18SX: Single-mode ABF: MANUFACTURER: POWER & TEL, 1500, EA; LI 017: 18-Strand ABF Multimode OM1 (foot): P/N: FB18M6: Multi-Mode ABF: MANUFACTURER: POWER & TEL, 1500, EA; LI 018: ST-ST Duplex Metal Coupler MM: P/N: FOA-401: Multi-mode Coupler: MANUFACTURER: L-COM, 50, EA; LI 019: ST-ST Duplex Metal Coupler SM: P/N: FOA-401A: Singlemode Coupler: MANUFACTURER: L-COM, 30, EA; LI 020: 18-Strand Break-out Kit: P/N: FC118S136: Breakout Kit: MANUFACTURER: CONNECTIV SOLUTIONS, LLC, 30, EA; LI 021: ST Connector MM: P/N: 5501380-1: Multimode Connectors: MANUFACTURER: DIGIKEY, 300, EA; LI 022: ST Connectors SM: P/N: 5502579-2: Singlemode Connectors: MANUFACTURER: DIGIKEY, 200, EA; LI 023: Labels 1000 per Box: P/N: S100x225YAJ: Labels: MANFACTURER: DIGIKEY, 2, EA; LI 024: ST Epoxy Cure Adapter: P/N: 0700-1451: Epoxy Adapter: MANUFACTURER: KITCO, 40, EA; LI 025: Fiber Termination Unit Rack-Mount: P/N: FIRM144XBLK: Rack Mount FTU: MANUFACTURER: FIS, 3, EA; LI 026: 6-Poart ST Coupling Plates MM: P/N: FIST6BKMUL: Multimode Coupling Plate: MANUFACTURER: FIS, 50, EA; LI 027: 6-Port ST Coupling Plates SM: P/N: FIST6BKSUL: Singlemode Coupling Plate: MANUFACTURER: FIS, 30, EA; LI 028: Carbibe Scribe: P/N: F19773: Scribe: MANUFACTURER: FIS, 2, EA; LI 029: Clauss No-Nik Stripper: P/N: NN203: Cable Stripper: MANUFACTURER: FIS, 2, EA; LI 030: ST-ST Duples Fiber Optic Jumber MM 5 Meter: P/N: D288M3FISC; 3 Meter Multimode Jumper: MANUFACTURER: FIS, 20, EA; LI 031: ST-ST Duplex Fiber Optic Jumper MM 5 Meter: P/N: D288M5FISC: 5 Meter Multimode Jumper: MANUFACTURER: FIS, 20, EA; LI 032: ST-ST Duplex Fiber Optic Jumper MM 10 Meter: P/N: 10 meter multimode Jumper: MANUFACTURER: FIS, 20, EA; LI 033: ST-LC Duplex Fiber Optic Jumper MM 10 Meter: P/N: X28LM10FISC: 10 Multimode Jumper: MANUFACTURER: FIS, 20, EA; LI 034: ST-ST Duplex Fiber Optic Jumper SM 3 Meter: P/N: D388S5FISC: 3 Meter Singlemode Jumper: MANUFACTURER: FIS, 50, EA; LI 035: ST-ST Duplex Fiber Optic Jumper SM 5 Meter: P/N: D388S10FISC: MANUFACTURER: FIS, 50, EA; LI 036: ST-ST Duplex Fiber Optic Jumper SM 10 Meter: P/N: D388S10FISC: 10 Meter Singlemode Jumper: MANUFACTURER: FIS, 100, EA; LI 037: Epoxy Set: P/N: 353ND: Epoxy Kit: MANUFACTURER: FIS, 1, EA; LI 038: 3M Diamond Lapping Film 6 Micron: P/N: DLF5XN06661X: Polishing Paper: MANUFACTURER: FIS, 100, EA; LI 039: 3M Diamond Lapping Film 3 Micron: P/N: DLF5XN03661X: Polishing Paper: MANUFACTURER: FIS, 100, EA; LI 040: 3M Diamond Lapping Film 1 Micron: P/N: DLF5XN01661X: Polishing Paper: MANUFACTURER: FIS, 100, EA; LI 041: 3M Diamond Lapping Film 0.5 Micron: P/N: DLF5XN.5661X: Polishing Paper: MANUFACTURER: FIS, 100, EA; LI 042: Lightcrafters - 3.0 Magnification Safety Glasses: P/N: 5420-30: Magnification Goggles: MANUFACTURER: SAS SAFETY CORP, 3, EA; LI 043: Coin Sized Battery; P/N: CR1225;Warranty Length Requested: 12 MONTHS: MANUFACTURER ENERGIZER, 24, EA; LI 044: Ground Wire: P/N: 5LWY9; This Item must be built and delivered to exactly the following configuration: TFFN type, 16 AWG, 8 amp, stranded conductor, color Green, spool length 500 ft., Warranty Length Requested: 12 MONTHS: MANUFACTURER: SOUTHWIRE COMPANY, 2, EA; LI 045: Ring Terminal; P/N: 5UGU4; This Item must be built and delivered to exactly the following configuration: Package of fifty (50) units, nylon insulation, 1/4" stud size, wire range 12 AWG to 10 AWG, color Yellow, butted seam, connection material-copper, connection type-crimp, UL/RoHS standard; Warranty Length Requested: 12 MONTHS: MANUFACTURER: POWER FIRST, 2, EA; LI 046: Transceiver; P/N: 30-1299-03; This Item must be built and delivered to exactly the following configuration: Counterfeit item not acceptable, refurbished item not acceptable, recertified item not acceptable, remanufactured item not acceptable unless item is remanufactured within the United States and includes paperwork traceability with English language written certificate of conformance with the delivery of the item including its serial number indicating as such. Warranty Length Requested: 12 MONTHS: MANUFACTURER: CISCO, 2, EA; LI 047: Power Strip; P/N: TLM915NC; Warranty Length Requested: 12 MONTHS; MANUFACTURER: TRIPPLITE, 20, EA; LI 048: Electrical Tape; P/N: 4YT48; This Item must be built and delivered to exactly the following configuration: Package of five (5) rolls, 1/2" wide, 20 foot length, 7 mil thickness, color Black; Warranty Length Requested: 12 MONTHS; MANUFACTURER: 3-M, 5, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA - HQ intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - HQ is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Offeror Representations and Certifications -- Commercial Items Contract Terms and Conditions - Commercial Items New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. Security Requirements System for Award Management System for Award Management Maintenance Instructions to Offerors -- Commercial Items CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (52.204-10, 52.209-6, 52.209-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13, 52.232-33) Unenforceability of Unauthorized Obligations F.O.B. Destination Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov farsite.hill.af.mil (End of Provision) Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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/these address(es): www.acquisition.gov farsite.hill.af.mil (End of Clause) Requirements Relating to Compensation of Former DoD Officials Requirement to Inform Employees of Whistleblower Rights Safeguarding of unclassified controlled technical information Disclosure of Information to Litigation Support Contractors Prohibition of Hexavalent Chromium Buy American And Balance Of Payments Program Qualifying Country Sources As Subcontractors Export-Controlled Items Electronic Submission of Payment Requests and Receiving Reports WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS LEVIES ON CONTRACT PAYMENTS Subcontracts for Commercial Items Transportation of Supplies by Sea Notification Of Transportation Of Supplies By Sea (a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract line item number (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the CO and COR; or other method as agreed to by the CO. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO email notification as required herein. Prohibition on Contracting with Inverted Domestic Corporations--Representation Offeror Representations and Certifications -- Commercial Items Providing Accelerated Payments to Small Business Subcontractors Service of Protest (Sep 2006) (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 SEA 02513, 1333 Isaac Hull Avenue, Building 197, Washington Navy Yard, DC 20376. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO Protest After Award Applicable Law for Breach of Contract Claim Control of Government Personnel Work Product Oral Attestation of Security Responsibilities Representation Regarding Combating Trafficking in Persons
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-15-R-5144/listing.html)
- Place of Performance
- Address: Dahlgren, VA 22448
- Zip Code: 22448
- Zip Code: 22448
- Record
- SN03779858-W 20150701/150629235154-fe439aec43daf6b5efc482d69dacc2ef (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 |