SOLICITATION NOTICE
66 -- FIBER OPTIC AND ETHERNET LINE TEST EQUIPMENT
- Notice Date
- 9/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018915T0511
- Response Due
- 9/28/2015
- Archive Date
- 10/12/2015
- Point of Contact
- MARK ZACCAGNINI 757-443-1296
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83 and DFARS DPN 20150921. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The solicitation number is N00189-15-T-0511 and is issued as a Request for Quotation (RFQ) unless otherwise indicated herein. This contract will be issue as a Firm Fixed Price for the following brand name or equal requirements. The NAICS code is 334515 with a Small Business standard size of 500 employees. This requirement is 100% Small Business set aside and only qualified offerors may submit quotes. The vendor agrees to hold the price of the quote for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. This solicitation will closed on Monday September 28, 2105 at 10:00am Eastern Standard Time}. Quotes are to be sent to Mark Zaccagnini at mark.zaccagnini@navy.mil. All Quotes must contain the following information: Individual product prices and Final Price, Contractor Cage Code, delivery to ship products After Receipt of Order (ARO), Quotes received after the prescribe time will not be consider for the solicitation. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Facsimile quotes will not be accepted. Quotations will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting from this solicitation to the responsible vendor whose offer is conforming to the specifications. While price will be a significant factor in the evaluation of all offers, the final contract award will be based on a lowest priced technically acceptable (LPTA) format with a combination of factors “ a combination of price, technically acceptable low bids and delivery. System for Award Management (SAM). Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Method of payment is by Hard Copy Invoice, Commercial Bill Pay Office Rota, Spain; marked for Fast Payment. 1.Description: TECHNICAL SPECIFICATION REQUIREMENT: Request for Quote for the following items. A.(VIAVI) 10mW 12KM BML-205 Red Light Visual Fault Locator Fiber Optic Cable (Qty 1 Each). Type: BML-205 Pen-type; Visual Fault Finder; Central Wavelength: 650nm+-10nm (635nm can be required on request); Emitter Type: FP-LD; Output Power: 10mW; Optical Connector: 2.5mm universal connector for test different ST, SC, FC interferes; Operating Model: Both CW and Pulse available; Pulse Frequency: 2~3Hz; Power Supply: 2 AA alkaline batteries; Operating Temperature: -10~45 ( °C); Storage Temperature: -40~70 ( °C); Dimension (mm): 15X180 Weight: 210g (Without battery) B.(VIAVI) QTDR Quad Module (QTY 1 Each). Multimode/single-mode, 850/1300/1310/1550 nm; Automatic macrobend detection; Summary results table with pass/fail analysis; Bidirectional OTDR analysis; Fast-Report onboard report generation; PON-optimized to test through a 1x128 splitter; Ready SLM, FTTA-SLM, and FTTH-SLM intelligent optical application software; Instantly detects traffic when connected to live fiber C.(VIAVI) VISIFAULT Visual Fault Locator with 2.5MM Universal Adapter, Fiber Tester (Qty 1 Each). Optical: Fiber compatibility multimode and singlemode; Wavelength 650nm (visible wavelength); Laser safety rating class II; Output power 1.0mW max.; Output modes continuous (steady) and flashing (2-3Hz pulsed); Range 3 km multimode, 4 km singlemode Environmental and mechanical: Operating temperature 0 °C to 40 °C; Storage temperature -20 °C to 60 °C; Relative humidity 95% (10 to 35 °C); Vibration Random, 2g, 5-500 Hz; Shock 1m drop onto all corners and face; Altitude 3000m General: Dimensions (H x W x D) 157 x 52 x 37 mm (6.2 x 2.0 x 1.3 inch); Weight 0.18 kg (5.7 oz) (including batteries); Adapter 2.5mm universal; Adapter cap tethered protective end cap; Controls on/off, continuous/flashing; Battery type 2x AA; Battery life > 80 hours in continuous mode Carry case soft sided with belt loop; Safety CSA C22.2 No. 1010.1: 1992, EN 61010-1, CE D.(VIAVI) TB5800 Handheld Network Tester (Qty 1 Each). Fully-loaded TDM/PDH to dual 10 G Ethernet, SONET, SDH, Fibre Channel, and OTN support; Automated, enhanced RFC 2544 and SAM Complete testing per ITU-T Y.1564; Integrated burst testing approach per MEF 34 and RFC 6349 TrueSpeedT TCP throughput testing; Single- and dual-port versions; Compatible with Viavi 4100-Series OTDR modules and Smart Link MapperT, fiber microscopes, and optical power meters Contractor is responsible for adequate packing to protect during shipping. Shipping: FOB Origin, NGLS TRANNSHIP The following Far provisions and clauses are applicable to this procurement. 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation DEC 2014 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-3 ALT IOfferor representations and certificationsOCT 2014 52.212-4Contract Terms and Conditions -- Commercial ItemsMAY 2015 52.212-5Contract terms and conditions required to implement statutes or executive orders--commercial itemsAPR 2015 52.204-10Reporting Executive Compensation and First-Tier Subcontract AwardsJUL 2013 52.209-6Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentAUG 2013 52.219-6Notice of Total Small Business Set-AsideNOV 2011 52.222-3Convict LaborJUN 2003 52.222-19Child Labor ”Cooperation with Authorities and RemediesJAN 2014 52.222-21Prohibition of Segregated FacilitiesAPR 2015 52.222-26Equal OpportunityApr 2015 52.222-36Equal Opportunity for workers with Disabilities JUL 2014 52.222-50Combating Trafficking in Person MAR 2012 52.223-18Encouraging Contractor Policies to Ban Text Messaging While DrivingAUG 2011 52.225-13Restrictions on Certain Foreign PurchasesJUN 2008 52.232-33Payment by Electronic Fund Transfer System For Award Management JUL 2013 52.232-36Payment By Third Party MAY 2014 52.225-25Prohibition of Contracting with entities engaging in certain activities or transactions relating to Iran-reps and cert. Dec 2012 52.232-39Unenforceability of Unauthorized ObligationsJUN 2013 52.232-40Providing Accelerated Payments to Small Business SubcontractorsDEC 2013 52.247-29F.O.B. OriginFEB 2006 52.252-1Solicitation provisions incorporated by referenceFEB 1998 52.252-2Clauses incorporated by referenceFEB 2998 The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252-203-7002Requirement to inform Employees of Whistleblower RightsSEP 2013 252.203-7998Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements “ RepresentationFEB 2015 252.203-79997999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010)FRB 2015 252.204-7003Control of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7011Alternative line-item structureSEP 2011 252.204-7012 Safeguarding of Unclassified Controlled Technical Information NOV 2013 252.204-7015Disclosure of Information to Litigation Support ContractorsFEB 2014 252.211-7003Item Identification and ValuationDec 2012 252.223.7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Material. SEP 2014 252.223-7008Prohibition of Hexavalent Chromium MAY 2011 252.225-7001Buy American and Balance of Payment Program DEC 2012 252.225.7002Qualifying Country Sources as Subcontractors DEC 2012 252.225-7048Export controlled items JUNE 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.244.7000Subcontracts for Commercial itemsJUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 NGLS TRANSHIPNAVSUP GLS Transportation Shipment Request ProceduresAPR 2012
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0511/listing.html)
- Record
- SN03900411-W 20150925/150923235939-d9c913597a70a74b5d007283ad9864ad (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 |