SOLICITATION NOTICE
60 -- Fiber Optic Cable
- Notice Date
- 5/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335921
— Fiber Optic Cable Manufacturing
- Contracting Office
- White Sands Missile Range DOC, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-11-FIBEROPTIC
- Response Due
- 6/20/2011
- Archive Date
- 8/19/2011
- Point of Contact
- Brett Moore, 5756783416
- E-Mail Address
-
White Sands Missile Range DOC
(brett.t.moore@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. White Sands Contracting Office - MICC 143 Crozier Street White Sands Missile Range, NM 88002 Date:18 May 2011 Subject: Combined synopsis/solicitation Solicitation number: W9124Q-11-FIBEROPTIC Response Closing Date: 20 June 2011 POC:Brett Moore 575-678-3426 Brett.t.moore@us.army.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation is issued for full and open competition as a Request for Quotation (RFQ). The anticipated period of performance for this requirement will be for (1) base year with (4) one year options. There is a need to procure fiber optic cable for use by White Sands Missile Range. Specifications for multiple sizes of fiber optic cable are listed in the attached document "REQUIREMENT SPECIFICATIONS". Quotations must include all requested items in order to be considered for this procurement. The applicable NAICS code is 335921 with at size standard of 1000. Payment will be made by the Defense Financial and Accounting System (DFAS); therefore, vendors must be registered in the Central Contractor Registration (http://www.ccr.gov/), as well as, Wide Area Work Flow (https://wawf.eb.mil/). The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The evaluation criteria in paragraph (a) of this provision has been tailored to read "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 and other factors considered. All submittals must meet the attached requirement's specifications). The following factor shall be used to evaluate offers: LOWEST PRICE TECHNICALLY ACCEPTABLE.. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this acquisition. Offerors must include a completed copy of 52.212-3 with their offer. The provision at 52.252-1, Solicitation Provisions Incorporated by Reference, applies to this acquisition. The following FAR clauses apply to this acquisition: 52.203-6 - Restrictions on Subcontractor Sales to the Government. 52.204-7 - Central Contractor Registration 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 - Protecting the Government's Interest 52.212-4 - Contract Terms and Conditions - Commercial Items 52.216-18 - Ordering 52.216-19 - Order Limitations 52.216-21 - Requirements 52.217-5 - Evaluation of Options 52.217-7 - Option 52.217-9 - Option to Extend the Term of the Contract 52.219-8 - Utilization of Small Business Concerns 52.219-16 - Liquidated Damages 52.219-28 - Post-Award Small Business Program Rerepresentation 52.232-18 - Availability of Funds 52.233-3 - Protest after Award 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 52.243-1 - Changes 52.247-34 - F.O.B. Destination 52.252-2 - Clauses Incorporated By Reference The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. It incorporates the following FAR clauses: 52.203-3 - Gratuities 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 52.223-18 - Contractor Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration 52.222-35 - Equal Opportunity for Special Disabled Veterans 52.222-37 - Employment Reports on Special Disabled Veterans The following DFARS clauses apply to this acquisition; full text of these clauses may be found at http://www.arnet.gov/far. 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.204-7003 - Control of Government Personnel Work Product 252.204-7004 - Alt A, Central Contractor Registration (52.204-7) Alternate A 252.205-7000 - Provision of Information to Cooperative Agreement Holders 252.211-7003 - Item Identification and Valuation 252.212-7000 - Offeror Representations and Certifications 252.219-7003 - Small Business Subcontracting Plan 252.225-7021 - Trade Agreements 252.232-7010 - Levies on Contract Payments 252.243-7001 - Pricing Of Contract Modifications The DFARS clause 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. It incorporates the following DFARS clauses: 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Quotation information and commercial literature shall be submitted electronically to brett.t.moore@us.army.mil or by facsimile to 575-678-4975 Attn: Brett Moore no later than 2:00pm on the last response date of the solicitation. Quotation information and commercial literature shall be submitted by 2:00 pm Mountain Standard Time on the last response date of the solicitation to be considered for award. Offerors shall send quotes and any literature via e-mail to brett.moore@us.army.mil or mailed to: White Sands Contracting Office, Attention: Brett Moore, Bldg 143, Crozier Street, White Sands Missile Range, NM 88002-5201. The anticipated award date will be on or around 10 July 2011. The Department of Defense requires all contractors to register in the Central Contractor Registration (CCR) database to receive any contract award or payment. The CCR website is http://www.ccr.gov. All responsible sources may submit a quote which shall be considered by the Agency. Quotations shall include all charges that will be invoiced for (i.e. shipping/freight), vendor's tax identification number, DUNS number, and estimated date of delivery. Quotations should be valid for 60 days from the date of submission. All comments and questions regarding the solicitation/RFQ shall be submitted in writing and sent to the following e-mail address: brett.moore@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4d6e01e8b41cfc61dd6b13f82230a663)
- Place of Performance
- Address: White Sands Missile Range DOC Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN02450780-W 20110520/110518234449-4d6e01e8b41cfc61dd6b13f82230a663 (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 |