SOLICITATION NOTICE
70 -- Optical Core Test Equipment
- Notice Date
- 6/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1701 North Fort Myer Drive, Arlington, VA 22209
- ZIP Code
- 22209
- Solicitation Number
- 1019130286
- Response Due
- 7/1/2011
- Archive Date
- 12/28/2011
- Point of Contact
- Name: Michael Dickson, Title: Contract Adminstrator, Phone: 703-875-6688, Fax:
- E-Mail Address
-
dicksonms@state.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1019130286 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-07-01 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be SPRINGFIELD, VA 22153 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, Five (5) Slot Chassis: Includes System Controller with Dual PCMCIA Slots;Ethernet; RS-232-C; BITS/SET In;BITS/SETS Out and USB Interface;12.1 inch Active-Matrix Color Display with Touch Sensor; Remote Control Software;110/240v Power Supply;Power Cord; User Manual; Fiber Cleaning Kit and Soft Carrying case (hard shipping case available), 2, EA; LI 002, PDH 1010 PDH/T-Carrier module 1.5M/2M/34M/45M/139M - DS1/E1/E3/DS3/E4Includes: Fractional E1 and 56K/64K Fractional DS1 testing Meets requirements of ANSI T1.102, ITU-T G.703, O.151 Performance monitoring per G.821, G.826, and M.2100 Drop and insert from SONET/SDH when coupled with MSA 2020, MSA 2030(Nxx) or SSA 1220 (Jxx) modules Multiple/simultaneous testing with All Test Status screen Dual DS1/E1 simultaneous testingNOTE: DS1/E1 port #1 is BNC; DS1/E1 port #2 is bantam. Order Dual Bantam(100ohm) to Dual BNC (75ohm) Adapter Kit for dual BNC port or dual bantam porttesting. ATM mappings if coupled ATM (C9) module Power Meter/Frequency Counter Line/Payload Frequency Offset Through mode Event logs and graphs for long-term testing and analysis Clock Ref. Internal Stratum III, Recovered, External1.544/2.048Mbps(BITS/SETS), 1.544/2.048MHz Service Disruption and Round Trip Delay Measurement DS0 codec drop to internal speaker DS0 signaling bits analysis, 2, EA; LI 003, 10G-52M MSA 2020 SONET/SDH Bundle - 1550/1310 OC-192 STM-64 OC-48 STM-16 OC-12 STM-4 OC-3/1 STM-1/0Interfaces: 10G - single port, 1550nm XFP 51M-2.5G - single port, 1310nm SFP Ethernet 10/100/1000BaseT - dual ports, not enabled, requires Ethernet TestOption GigE - dual ports, not enabled, requires Ethernet Test Option & SFPsIncludes: Mappings: STS-192c/48c/12c/3c/1, VT-6/2/1.5 and C-4-64c/16c/4c, C-4/3/2/12/11 Power Meter / freq. counter Line / Payload freq. offset Full SONET/SDH Overhead detection, control and byte capture Clock Ref. Int. (Stratum III), Recovered, Ext. 1.544/2.048M (BITS/SETS),8KHz/1.544/2.048/10MHz Service Disruption, APS, Round Trip Delay Perf. Mon. - G.826, G.821, G.828, G.829, M.2101, M.2110, M.2120 PDH Add/Drop (with A11 or A14 module) ATM mappings (with C9 module)Test Options available include: OTN OTU-1, OTU-2, OTU-1e, OTU-2e,10/100/1000BaseT, 100BaseFX, GigE, 10GigE LAN/WAN, 10GigE FEC, FibreChannel 1G/2G, GFP, All Path Testing, 2, EA; LI 004, OSA 3010 - Optical Spectrum Analyzer Module, C-Band only, 1, EA; LI 005, Ethernet Test Option for MSA 2020(NLxx) / MSA 2030(Nxx) Module - 850/1310nmIncludes software license for 10/100/1000BaseT and GigE plus 1 850nm and 11310nm SFP module. Supports: RFC 2544 and RFC 1242 Benchmarking with Throughput, Frame Loss, Latency,Back-to-Back Burst and Round-Trip Delay testing 32 simultaneous streams per port Port-to-Port testing capability Rate setting by interpacket gap up to 18 minutes, burst traffic, ramped traffic,through mode, ARP support, runt frame support, an increase of maximum framesize to 16,000 bytes IP reflection mode enabling RFC testing through routers, 2, EA; LI 006, 10Gigabit Ethernet LAN Test OptionFor MSA 2020, MSA 2030 or NGMR module(Requires XFP module. If the module has SONET/SDH 10G testing capability, thesame XFP can be used. Otherwise this option requires purchase of XFP.)Enables 10GigE LAN testing using the 10Gbps/10.7Gbps SONET/SDH/OTN portof the NGMR module. Supports: RFC 2544 and RFC 1242 Benchmarking with Throughput, Frame Loss, Latency,Back-to-Back Burst and Round-Trip Delay testing 32 simultaneous streams per port Port-to-Port testing capability Rate setting by interpacket gap up to 18 minutes, burst traffic, ramped traffic,through mode, ARP support, runt frame support, an increase of maximum framesize to 16,000 bytes IP reflection mode enabling RFC testing through routers, 2, EA; LI 007, USB FibreVu Probe Fiber end-face inspection 1500x magnification microscope with USB 2.0 interface,USB poweredIncludes the following inspection tips (additional tips available):2.5mm/PC Male tip (for SC/FC/ST PC patch cord)1.25mm/PC Male tip (for LC/MU PC patch cord)SC/PC Female tip (for SC/PC bulkhead)(NICs built prior to October 2010 require NIC_FVP_UG), 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturers warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10; 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.223-18; 52.225-13; 52.232-33. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. FAR 52.212-2(a) 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. The following factors, listed in descending order of importance, shall be used to evaluate offers: 1. Technical Capability2. Price3. Delivery4. Past Performance. Technical Capability, when combined, are significantly more important than price(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019130286/listing.html)
- Place of Performance
- Address: SPRINGFIELD, VA 22153
- Zip Code: 22153
- Zip Code: 22153
- Record
- SN02481631-W 20110626/110624234410-61710080016b136958622fc3dcef10ad (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 |