SOLICITATION NOTICE
66 -- Coherent Optical Time Doman Reflectmeter - Salients COTDR
- Notice Date
- 7/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
- ZIP Code
- 20398-5540
- Solicitation Number
- N32209-1193-Z084
- Archive Date
- 8/16/2011
- Point of Contact
- Carrol S Walker, Phone: 757-462-3262, Stephen J Lakata, Phone: 757-462-4407
- E-Mail Address
-
carrol.walker@navy.mil, stephen.lakata@navy.mil
(carrol.walker@navy.mil, stephen.lakata@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Specification for COTDR This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under Request for Quote (RFQ) #N32209-1193-Z084 This procurement is UNRESTRICTED. No other solicitation document will not be issued. MSCHQ N10, SMS FIELD DET LITTLE CREEK VA Beach, VA is soliciting to procure the following BRAND NAME -Anritsu Company, 490 Jarvis Dr., Morgan Hill, CA OR EQUAL: (See attachment for salients) Description PIN Qty (1) COTDR MW90010A 1 each (2) FC Connector for output MW90010A-037 1 each (3) Carry Case for COTDR B0334C 1 each (4) Windows OTDR emulation and reporting software NETWORKS 1 each FOB: Destination Delivery is desired: 14 to 16 weeks after receipt of purchase order The following FAR provisions and clauses apply to this solicitation and are incorporated by reference (full text of clauses may be accessed electronically at http://www.arnet.gov/far or http://www.acq.osd.mil/dp/dars/dfars/dfars.html): 52.204-7 Central Contractor Registration; 52.211-6 Brand Name of Equal (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-(i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.247-34 FOB DESTINATION 52.212-1 Instructions to Offerors-Commercial Items; The government will award a contract resulting form this solicitation to the responsible offeror conforming to the solicitation will be most advantageous to the Government, price and other factors considered. 52.212-3 Offeror Representations and Certifications-Commercial Items ALTERNATE I (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications, Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.215-5 Facsimile Proposals 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, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-8 Duty Free 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program; 252.247-7023 Transportation of Supplies by Sea Alternate III. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage Code, information requested in 52.211-6 Brand Name or Equal and GSA Contract # with applicable item number; and published price list, if applicable. Responses to this solicitation are due by 01 Aug 2011 3:00 PM EST. Offers shall be emailed to Carrol.Walker@navy.mil or FAX (757) 462-1428. Reference RFQ N32209-1193-Z084 on the quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N32209-1193-Z084/listing.html)
- Place of Performance
- Address: NWS Yorktown Cheatham Annex, Williamsburg, Virginia, 23185, United States
- Zip Code: 23185
- Zip Code: 23185
- Record
- SN02504834-W 20110722/110721003011-8f8a610ec7391892a53c78662c18e0cf (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 |