SOURCES SOUGHT
60 -- Fiber Optic Cable Analyzer/Certifier
- Notice Date
- 2/29/2016
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Army, National Guard Bureau, 101 MSG/MSC, MAINE ANG, 105 Maineiac Avenue, Suite 510, BANGOR, Maine, 04401-3055, United States
- ZIP Code
- 04401-3055
- Solicitation Number
- W912JD-16-Q-2010
- Archive Date
- 3/19/2016
- Point of Contact
- Daniel A. Boone, Phone: 2074047419
- E-Mail Address
-
daniel.a.boone3.mil@mail.mil
(daniel.a.boone3.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition, 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a Small Business size standard of 750 Employees. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Purpose: The purpose of this requirement is to acquire one Cable Certifier/Analyzer and compatible fiber module kit. Project Requirements: CABLE CERTIFIER/ANALYZER, 1 EA FIBER ADD ON KIT (if required), 1 EA SCSC-KIT SINGLEMODE TRC KIT, 1 EA SCST-KIT SINGLEMODE TRC KIT, 1 EA SCSC APCKIT, 1 EA SCLC APCKIT, 1 EA SC SC TEST ADAPTERS SET OF 2, 1 EA ST ST TEST ADAPTERS SET OF 2, 1 EA ADP-LC/APC ADAPTER, 2 EA ADP-SC/APC ADAPTER, 2 EA Required testing standards are as follows; TIA Category 3, 5e, 6 and 6a per ANSI/TIA-568-C.2 TIA Category 5 (1000Base-T) per TIA TSB-95 TIA Category 6a per TIA/EIA-568B.2-1 TIA TSB-155, TR 24750 ISO/IEC 11801 Class C, D, and E IEEE 802.3 and 10GBASE-T ISO (IEC WG9 Standard IEC61935-1) Level V accuracy requirements to 1000 MHz ANSI TP-PMD, IEEE 802.3 10BASE-T, 100BASE-TX, 1000BASE-T Full 2-way Auto test of Category 6 Twisted-Pair links in 9 seconds Full 2-way Auto test of Category 6A and ISO/IEC Class F links in 10 seconds Equipment must be capable of meeting the following test parameters: Wire Map, Length, Propagation Delay Delay Skew, DC Loop Resistance Insertion Loss (Attenuation) Return Loss (RL), RL @ Remote NEXT, NEXT @ Remote Attenuation-to-crosstalk Ratio (ACR-N), ACR-N @ Remote ACR-F(ELFEXT), ACR-F@ Remote Power Sum ACR-F (ELFEXT), PS ACR-F @ Remote Power Sum NEXT, PS NEXT @ Remote Power Sum ACR-N, PS ACR-N @ Remote Power Sum Alien Near End Xtalk Warranty Requirements: The Contractor shall provide, at a minimum, a one (1) year warranty on all equipment, supplies and repairs. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for warranty period. Delivery, Installation, and Training: The anticipated delivery date is thirty (30) days from date of award. Delivery must be FOB Destination. Anticipated Contract Type: A firm fixed price contract is anticipated. Capability Statement: Contractors that believe they possess the ability to provide the required commercial equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of contractor employees, 2) documentation of ability to provide the required system including Manufacturer Name/Model/Part Number, 3) any GSA Schedule contract(s) by which all of the requirements may be met, and 4) any other information considered relevant to this potential requirement. Contractors must also provide their Company Name, Address, CAGE code, DUNS number, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this sources sought that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically to MSgt Daniel Boone, Contract Specialist (daniel.a.boone3.mil@mail.mil) before the closing date and time of this announcement. All responses must be received by 4 March 2016, 12:00 P.M. EST in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates award of a contract on the basis of lowest price technically acceptable evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17-1/W912JD-16-Q-2010/listing.html)
- Place of Performance
- Address: 243rd EIS, 50 Western Avenue, South Portland, Maine, 04106, United States
- Zip Code: 04106
- Zip Code: 04106
- Record
- SN04034079-W 20160302/160229234842-3aea7de81c21f1855cb8f9b564b295ef (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 |