SOLICITATION NOTICE
66 -- Digital Lightwave Equip
- Notice Date
- 7/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Pacific, 477 Essex Street, Pearl Harbor, Hawaii, 96860-5815
- ZIP Code
- 96860-5815
- Solicitation Number
- HC1019-09-T-0033
- Point of Contact
- Marisha K. Catian, Phone: 8084726680, Margaret Becker, Phone: 8084720282
- E-Mail Address
-
marisha.catian@disa.mil, margaret.becker@disa.mil
(marisha.catian@disa.mil, margaret.becker@disa.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- In response to Sources Sought Notice 9D053, the Defense Information Technology Contracting Organization, Pacific (DITCO-PAC), Pearl Harbor, Hawaii is issuing this COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (https://www.fbo.gov/). The RFP number is HC1019-09-T-0033. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-33 and DFARS Change Notice 20090715. 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: http://www.arnet.gov/far and http://farsite.hill.af.mil. This requirement is set-aside for small business concerns. The NAICS code is 334515 and the Small Business Standard is 500 employees. The proposed contract action is for a brand name only. Interested firms must be authorized dealers/resellers of Digital Lightwave products. No used/pre-owned/refurbished items are acceptable. Requests responses from qualified sources capable of providing the following: ITEM 0001: NIC NXG; Two (2) Slot Chassis: System Controller, Active-Matrix Color Display, Touch Sensor, Dual PCMIA Slots, Ethernet, RS-232-C, and USB Interface, Remote Control Software, 110/240v Power Supply, User Manual, Soft Carrying Case; MFR: Digital Lightwave; PART NO: 0011 NIC NXG; QTY: 3 EACH ITEM 0002: A11; PDH/T-Carrier Protocol Processor (DL1 PN 401539) -- DSO/1/3 E1/E3/4 and 56K/64K Fractional DS 1/E1 testing functionality. Physical interface rates: 1.5M, 2M, 34M, 45M, 140M; MFR: Digital Lightwave; PART NO: 0044 A11; QTY: 3 EACH ITEM 0003: NL72; 2.5G-52M 1310nm - Multi-Service Analyzer, MSA 2020 Protocol Processor for SONET, SDH and ATM Testing with Ethernet and Fibre Channel Test Options Available; MFR: Digital Lightwave; PART NO: 0327 NL72; QTY: 3 EACH ITEM 0004: 400452 1550nm Pluggable Laser (SFP-LR2) for NGMR, MSA or ESA Protocol Processor (supports rates from 51.64Mbps to 2.66Gbps); MFR: Digital Lightwave; PART NO: 0393 400452; QTY: 3 EACH ITEM 0005: 0420 Eth_1310/1550_N Ethernet Test Option for MSA 2020(NLxx) / MSA 2030(Nxx) Module - 1310mn/1550nm. Includes software license for 10/100/1000 BaseT and GigE plus 1 1310nm and 1 1550nm SFP module; MFR: Digital Lightwave; PART NO: 0420 Eth_1310/1550_N; QTY: 3 EACH ITEM 0006: 0901 P6 Serial Interface Analyzer Module (SIAM); RS-530 & RS-232 Interface testing with Synchronous and Asynchronous operation, 25-pin D-type connector; MFR: Digital Lightwave; PART NO: 0901 P6; QTY: 3 EACH FOB Destination applies. Delivery location is DISA PAC, 477 Essex Street, Suite 183, Pearl Harbor, Hawaii 96860. Please include estimated delivery lead time to FOB Destination point. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items (Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is low cost, technically acceptable); 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including the applicable clauses of 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Other than Central Contractor Registration, and 52.239-1Privacy or Security Safeguards; 52.216-1 Type of Contract (The resultant contract will be a firm fixed price purchase order); 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated By Reference; 52.252-2 Clauses Incorporated By Reference; 252.204-7004 Alt A Central Contractor Registration; 252.212-7000 Offeror Representations and Certifications - Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including the applicable clauses of 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, and 252.247-7023 Alt III; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated in the order. Additional contract terms and conditions applicable to this procurement are: 52.204-9000 Points of Contact; 52.204-9001 Contract/Order Closeout - Fixed Price, Time-and-Materials, or Labor-Hours; 52.232-9000 Wide Area WorkFlow This announcement will close at 3:00 p.m. Hawaii Standard Time on 28 July 2009. Please submit quotes via e-mail to marisha.catian@disa.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTP/HC1019-09-T-0033/listing.html)
- Place of Performance
- Address: DISA PAC, 477 Essex Street, Suite 183, Pearl Harbor, Hawaii, 96860, United States
- Zip Code: 96860
- Zip Code: 96860
- Record
- SN01881621-W 20090723/090721235439-a4877707f7060dd23ba69d75ac34bcc2 (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 |