Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2021 SAM #7091
SOLICITATION NOTICE

70 -- IT Cabling Material

Notice Date
4/29/2021 9:57:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
W7N6 USPFO ACTIVITY WAANG 194 CAMP MURRAY WA 98430-5035 USA
 
ZIP Code
98430-5035
 
Solicitation Number
W50S9E21Q0004
 
Response Due
5/5/2021 9:00:00 AM
 
Archive Date
05/20/2021
 
Point of Contact
Matthew Berube, Phone: 2535122186
 
E-Mail Address
matthew.berube@us.af.mil
(matthew.berube@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 in response to this combined synopsis/solicitation. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 334118, not to exceed 1000 employees. Solicitation W50S9E21Q0004 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05, 10 Mar 2021 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 02-24-2021. It is the contractor�s responsibility to become familiar with applicable clauses and provisions. � This RFQ is for a Firm Fixed Price (FFP) contract. �The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the best value to the Government in accordance with the evaluation arrangement set forth in this RFQ. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government; price, technical acceptability and delivery of all items are the evaluation criteria. This is a best value decision. This office will consider any late quotes or any late revisions of quotes as non-responsive. *THIS IS A BRAND NAME OR EQUAL REQUIREMENT Description of Requirement: CLIN 0001: Multimode Cassette Module. �QTY: 12 Each. �MFR: FS.com. �Part#: FHD-1MTP12LCDOM4A or Equal Must be TAA Compliant Fiber Count: �� �24 Fibers�� � Fiber Mode:�� �OM4 50/125?m Front Connector Type: �12 LC UPC Duplex� Rear Connector Type:�� �1x US Conec UPC Male (Pinned) Adapter:�� �Key up to Key down�� � Dimensions (HxWxD):�� �Approx. 1.38''x4.29''x4.64'' (35x109x118mm) Operating Temperature:�� �-10�C to 60�C�� � Storage and Shipping Temperature:�� �-10�C to 60�C RoHS Compliancy Status:�� �Compliant�� � CLIN 0002: 60 Meter Customized 24-144 Fibers MTP-24 OM3 Multimode Breakout Cable. QTY: 4 Each. � MFR: FS.com. Part#: �24FMTPXXOM3 or Equal Must be TAA Compliant 60 meter 24 Fibers (1 x 24F), OFNP� Female UPC .35dB� LC UPC Duplex� Breakout stagger 1, 2.0mm� Type A Straight Through, Bunch� Pulling Mesh-both ends� CLIN 0003: 80 Meter Customized 24-144 Fibers MTP-24 OM3 Multimode Breakout Cable. QTY: 4 Each. � MFR: FS.com. Part#: �24FMTPXXOM3 or Equal Must be TAA Compliant 80 meter 24 Fibers (1 x 24F), OFNP� Female UPC .35dB� LC UPC Duplex� Breakout stagger 1, 2.0mm� Type A Straught Through, Bunch� Pulling Mesh-both ends CLIN 0004: 90 Meter Customized 24-144 Fibers MTP-24 OM3 Multimode Breakout Cable. QTY: 2 Each. � MFR: FS.com. Part#: �24FMTPXXOM3 or Equal Must be TAA Compliant 90 meter 24 Fibers (1 x 24F), OFNP� Female UPC .35dB� LC UPC Duplex� Breakout stagger 1, 2.0mm� Type A Straught Through, Bunch� Pulling Mesh-both ends CLIN 0005: 110 Meter Customized 24-144 Fibers MTP-24 OM3 Multimode Breakout Cable. QTY: 3 Each. � MFR: FS.com. Part#: �24FMTPXXOM3 or Equal Must be TAA Compliant 110 meter 24 Fibers (1 x 24F), OFNP� Female UPC .35dB� LC UPC Duplex� Breakout stagger 1, 2.0mm� Type A Straught Through, Bunch� Pulling Mesh-both ends CLIN 0006: LC/SC 10GB Laser Optimized Multimode Fiber Patch Cable - Plenum - OM3 (10 meter). QTY: 80 Each. � MFR: ShowMeCables.com. Part#: �37-110-10M or Equal Must be TAA Compliant Connector 1: LC Connector 2: SC Ceramic Ferrules Corning Fiber & Cladding UPC Polish Immune to Electrical Interference 100% Optically Inspected and Tested for Insertion Loss Jacket: OFNP (Plenum-Rated) CLIN 0007: LC/SC 10GB Laser Optimized Multimode Fiber Patch Cable - Plenum - OM3 (2 meter). QTY: 80 Each. � MFR: ShowMeCables.com. Part#: �37-110-02M or Equal Must be TAA Compliant Connector 1: LC Connector 2: SC Ceramic Ferrules Corning Fiber & Cladding UPC Polish Immune to Electrical Interference 100% Optically Inspected and Tested for Insertion Loss Jacket: OFNP (Plenum-Rated) CLIN 0008: LC/SC 10GB Laser Optimized Multimode Fiber Patch Cable - Plenum - OM3 (5 meter). QTY: 80 Each. � MFR: ShowMeCables.com. Part#: �37-110-05M or Equal Must be TAA Compliant Connector 1: LC Connector 2: SC Ceramic Ferrules Corning Fiber & Cladding UPC Polish Immune to Electrical Interference 100% Optically Inspected and Tested for Insertion Loss Jacket: OFNP (Plenum-Rated) CLIN 0009: 25Ft Aqua Cat6 Network Patch Cable 550MHz. � QTY: 100 Each. � MFR: Cables.com. Part#: �C6-25-AQ or Equal Must be TAA Compliant Connector A: RJ45 Male Connector B: RJ45 Male Length: 25' Color: Aqua Jacket Type: PVC AWG: 24 Unshielded: Yes CLIN 0010: 3Ft Aqua Cat6 Network Patch Cable 550MHz. � QTY: 100 Each. � MFR: Datacomm Cables LLC. Part#: �C6-3-AQ or Equal Must be TAA Compliant Connector A: RJ45 Male Connector B: RJ45 Male Length: 25' Color: Aqua Jacket Type: PVC AWG: 24 Unshielded: Yes CLIN 0011: LC-LC Fiber Optic SC Mount Duplex Adapter in Blue with Ceramic Sleeve. � QTY: 150 Each. � MFR: Datacomm Cables LLC. �Part#: �GAFCLCZR02 or Equal Must be TAA Compliant Connector: �Duplex LC-LC Material: �Blue / Ceramic RoHS Compliant *Alternate equal products must be similar in form/function as to fit with applied of system �� � �� ��� ��� ��� ��� ��� � TOTAL PRICE�� � $__________________ �� A firm fixed price contract will be awarded based on the following evaluation criteria: price, technical acceptability and delivery time.� This is a best value decision. � See FAR Provision 52.212-2 (below) for complete evaluation criteria. Delivery Requirement: 14-28 days. � ARO, FOB Destination, to McChord AFB, WA 98438. Exact address will be provided upon award.� Quote Information: Quotes must be submitted and received no later than 12:00 PM PST 5 May 2021. �Quotes may be e-mailed to the attention of P.O.C.s listed below. NO TELEPHONIC QUOTES WILL BE HONORED. � **Quotes must provide full product specification that contains evidence the products meet the minimum specs laid out in this solicitation. � Quoted shipping and delivery information must also be available in quote. � Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. � Contact Information: BUYER:�� � � �MSgt Matthew Berube Email: �� � �� � � �194.WG.FAL.MSC.Contracting@us.af.mil� Registration Information: Award will only be made to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.beta.sam.gov. Contractors must be actively registered at Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil/piee-landing/.� PROVISIONS AND CLAUSES *SEE ATTACHED CLAUSE DOUCMENT FOR FULL LIST Clauses may ALSO be accessed electronically in full text through https://www.acquisition.gov/.� FAR 52.212-2, Evaluation-Commercial Items Evaluation. � The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government based on: price, technical acceptability and delivery time as the evaluation criteria. � Technical acceptability and delivery, when combined, are approximately equal to price. This is a best value decision. �Best value� means the expected outcome of an acquisition that, in the Government�s estimation, provides the greatest overall benefit in response to the requirement. In accordance with FAR 12.602 & FAR 13.106-2, technical, price & delivery will be considered in the streamlined evaluation. In the best value decision, the Government may consider any readily available value indicators (examples include special features of the supply or service required for effective program performance, trade-in considerations, probable life of the item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, and delivery terms). This may result in award being made to a higher-rated, higher-priced quote. The Government�s selection of a higher-rated, higher-priced quote will be supported by a determination that the technical/warranty superiority merits the additional cost involved.� �Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). �Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1083d1a1fc0d400a9a640c35a796a522/view)
 
Place of Performance
Address: McChord AFB, WA 98438, USA
Zip Code: 98438
Country: USA
 
Record
SN05987693-F 20210501/210429230127 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.