SOLICITATION NOTICE
60 -- TFOCA SG Receptacle & FG-SG Adapter
- Notice Date
- 9/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335921
— Fiber Optic Cable Manufacturing
- Contracting Office
- ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-11-T-A217
- Response Due
- 9/26/2011
- Archive Date
- 11/25/2011
- Point of Contact
- Ryan W. Collier, 443-861-4681
- E-Mail Address
-
ACC-APG (C4ISR)
(ryan.w.collier.civ@mail.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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; quotes are being requested and a written solicitation will not be issued. For reference purposes the combined synopsis / solicitation number is W15P7T-11-T-A217. 6070- Class code 335921 NAICS The U.S. Army Contracting Command (ACC) - (C4ISR), Aberdeen Proving Ground, Aberdeen 21005, intends to award a onetime buy, Firm-Fixed-Price contract for Qty 25 Tactical Fiber Optic Cable Assembly (TFOCA) Second Generation Receptacle to ST 3 meters and Qty 75 TFOCA First Generation -TFOCA Second Generation Adapter. The tactical Fiber Optic Cables must be extremely strong, lightweight, rugged, survivable tight buffered cables designed for military and tactical field use. The TFOCA First generation to TFOCA Second Generation Adapter provides the capability to utilize either First or Second Generation TFOCA cable and adapt existing on-hand TFOCA TMDE to either generation connector. The TFOCA Second Generation receptacle to ST adapter provides a tactical TFOCA Second Generation connector breakout to commercial standard ST connectors that enables use of on hand commercial Fiber Optic TMDE. The TFOCA Adapter is Fusion Spliced to properly adapt the core mismatch of the first generation 50 micron core and the second generation 62.5 micron core. The adapter will be utilized in troubleshooting advanced tactical telecommunications networks utilizing on hand existing fiber optic test equipment. CLIN 0001: (TFOCA) Second Generation Receptacle to ST 3 meters Quantity 25 Unit Price $ ___________ Total Price $ _____________ CLIN 0002: TFOCA First Generation -TFOCA Second Generation Adapter Quantity 75 Unit Price $ ___________ Total Price $ _____________ Award Criteria is lowest price technically acceptable. Inspection and Acceptance shall be DESTINATION: FOB Point is DESTINATION: The seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Ship To Address: DODAAC: W23AUU W4QV USAG ABERDEEN PG 3660 GADSEN ROAD ABERDEEN PROVINGING GROUND, MD 21005-5001 Delivery must be made within 30 days after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Packaging and Marking: Commercial Quote MUST be good for 30 calendar days after close of combined Synopsis/Solicitation. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The accepted electronic form for submission of payment requests and receiving reports is Wide Area WorkFlow at https://wawf.eb.mil/. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The Government will award a firm fixed price purchase order based on the lowest price technically acceptable LPTA to the Government. All offered items must meet the specifications of the proposed applicable item or the offer will be rejected as technically unacceptable. A technically acceptable offer is required to fully meet all the specifications. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 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 this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-14 Limitations on Subcontracting 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 Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-2 Buy American Act - Supplies 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.246-2 Inspection of Supplies-Fixed Price 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations shall be signed, dated and received by 4:00 PM EST September 23rd, 2011 via e-mail to ryan.w.collier.civ@mail.mil. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Mr. Ryan Collier, Contract Specialist, via email at ryan.w.collier.civ@mail.mil. Please provide any questions no later than September 26th, 2011 at 4:00 PM EST. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d65721b51272b2e2719e9d3a8508ff92)
- Place of Performance
- Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02583036-W 20110921/110920000024-d65721b51272b2e2719e9d3a8508ff92 (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 |