SOLICITATION NOTICE
61 -- Cable
- Notice Date
- 8/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-10-Q-0487
- Archive Date
- 9/18/2010
- Point of Contact
- Tina M. Panasci, Phone: 315-330-1909
- E-Mail Address
-
tina.panasci@rl.af.mil
(tina.panasci@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-Q-0487 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100820 See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set aside under NAICS code 423610 and the small business size standard is 500 employees. The contractor shall provide the following items on a firm fixed price basis. Offeror shall quantify the warranty term and include shipping FOB Destination in the total price. Item 1: Cable QTY: 4,000 feet MFR/PN: M17/075-RG214 or equal Specifications: 1,000 continuous foot rolls of cable Item 2: Cable QTY: 1,000 feet MFR/PN: Andrew Solutions, FXL-780 or equal Specifications: FXL-780, 50 OHM cable (1,000 continous feet) Item 3: Connectors QTY: 8 MFR/PN: Andrew Solutions; 78EZDM or equal Specifications: Male Connectors for FXL-780 (or equal), 50 OHM cable Item 4: Cable QTY: 250 feet MFR/PN.: Andrew Solutions; HJ7-50A or equal Specifications: 1 5/8" STD cable, STD JKT, 250 continuous feet Item 5: Hardware Kit for Hangers QTY: 10 KT MFR/PN: Andrew Solutions; 317 69-5 or equal Specifications: 3/4" x 3/8" long bolts, nuts and lockwashers Item 6: Connectors QTY: 36 MFR/PN: Amphenol Connex; 112531 or equal Specifications: BNC Male connectors for RG214 cable Item 7: Flange QTY: 4 MFR/PN: Andrew Solutions; 87R or equal Specifications: 1 5/8" EIA Flange Item 8: Connector QTY: 2 MFR/PN: Heliax; H7PNF or equal Specifications: N Female Connector, 1 5/8" AIR Item 9: Grounding Kit QTY: 5 MFR/PN: Andrew Solutions; CSGL7-15-B4-T or equal Specifications: Grounding Kit for 1-5/8 in corrugated coaxial cable Item 10: Hanger Kit QTY: 10 MFR/PN: Andrew Solutions; 423-96A-2 or equal Specifications: Hanger Kit, 1 5/8" coaxial cable Item 11: Cable QTY: 1,000 feet MFR/PN: General Cable; 5136101 or equal Specifications: Category 5E outside plant cable (1,000 continuous feet) Item 12: Cable QTY: 1,000 feet MFR/PN: Belden; 9273 or equal Specifications:RG-233 Cable (1,000 continuous feet) Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after receipt of order. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET), Friday, 3 September 2010. Submit to: AFRL/RIKO, Attn: Tina Panasci, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8142 or by email to Tina.Panasci@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 3 days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: Price and Technical Capability; both factors are of equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.227-7015, Technical Data-Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Alt III, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR, DFARS and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.225-7000, Buy American Act - Balance of Payment Program Certificate 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The following Defense Priorities and Allocations System (DPAS) has assigned the following rating DO-C9 to this effort. All responsible organizations may submit a proposal, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0487/listing.html)
- Record
- SN02258947-W 20100829/100828000211-545e226f8b194c2bae205a6a6ed6285f (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 |