MODIFICATION
60 -- OPTICAL DOMAIN REFLECTOMETER
- Notice Date
- 9/10/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- Bldg 191, Mayport, FL 32228
- ZIP Code
- 32228
- Solicitation Number
- N68836-12-T-0405
- Response Due
- 9/12/2012
- Archive Date
- 3/11/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE: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.The solicitation number is N68836-12-T-0405 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 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 335921 with a small business size standard of 1,000.00 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 2012-09-12 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be NS Mayport, FL 32228 The FLC - Jacksonville requires the following items, Brand Name or Equal, to the following: LI 001, Optical Domain Reflectometer,MODEL M210?25K?01?HC1-SHIP QUAD OTDR Kit w/ hand?held probe; (Hard Case Option) The M210?25K?01?HC1-SHIP QUAD OTDR Kit is specifically configured to meet Unites States Navy?s requirements for shipboard fiber optic troubleshooting. The kit includes the necessary adapters and accessories to enable Navy OTDR testing. The M210 Shipboard QUAD Test and Inspection Kit is designed for performing Tier 2 OTDR testing and troubleshooting and end-face inspection. This kit includes the QUAD M210, DFS1 FiberScope and cleaning accessories specifically configured for US Navy compliance., 2, EA; LI 002, OPTICAL LOSS TEST SET, Model C880?100?LP1?H2-SHIP OLTS Kit The C880?100?LP1?H2-SHIP OLTS Kit is specifically configured to meet Unites States Navy?s requirements for shipboard optical loss testing. The kit includes the necessary adapters and accessories to enable Navy compliant insertion loss testing. Combining two C840 Certification Testers, the NOYES C880 Shipboard QUAD Certification Test Kit from AFL is designed for testing and troubleshooting both multimode and single-mode fiber links. Each tester includes an integrated Visual Fault Locator (VFL, 650 nm), both single-mode (Laser 1310/1550 nm) and multimode (LED 850/1300 nm) Optical Light Sources (OLS), and an Optical Power Meter (OPM). Each tester may be used alone as a traditional power meter, light source, or visual fault locator., 2, EA; LI 003, VISUAL INSPECTION EQUIPMENT BENCH, MODEL FVDW-4409-MIL Benchtop Fiber Optic Inspection Kit The FVDW-4409-MIL Dual-head Bench-top Fiber Termination Inspection Workstation is specifically configured to perform visual inspection of fiber optic connector endface quality. The kit includes the necessary adapters and accessories to enable inspection of common shipboard cable configurations. The FVDW Series microscopes utilize coaxial illumination to provide the user with a critical view of fine scratches, making them the ideal choice for factory post-polish inspection, component assembly, and QC environments. The FVDW systems feature an attached 9?monitor that is inclined backward 22.5? and accept all FMA-Series adapters. Each microscope has two heads, ideal for inspecting: ? Breakout cables where one end requires a multi fiber connector and the other requires some type of simplex connector, e.g. (1) MTP to (12) SC or (1) MTRJ to (2)LC ? PC connectors on one side with APC connectors on the other side ? Common 2.5mm ferrules on one side and SFF 1.25mm ferrules on the other side ? Manufactured components where different connectors are frequently used ? Routinely at 200x on one side and critically at 400x on the other side, 2, EA; LI 004, FIBER OPTIC TERM KIT, MODEL 0801-8030 Navy Fiber Optic Support Kit The 0801-8030 Navy Fiber Optic Kit contains all the proper tools and consumables that are needed to connectorize the M83522/16 (ST), Light Duty, Single Terminus M29504/14/15 Termini, and the M28876 (MT), Heavy Duty, Multiple Termini Connectors. This tool kit also supports the 31 channel M28876 connector (singlemode and multimode), as well as the EIA/TIA 604-3 (SC) Connector. A 70-90 durometer resilient pad, one tenth ?m diamond paper, and ultrafine polishing papers are included to allow the installer to accomplish an "enhanced" singlemode polish., 4, EA; LI 005, FUSION SPLICERS, MODEL FSM?60S Shipboard Fusion Splicer Kit (S015270) The FSM-60S-SHIP is specifically configured to meet Unites States Navy?s requirements for shipboard fusion splicing. The kit includes the necessary adapters and accessories to enable Navy compliant fusion splicing. The FSM-60S fusion splicer sets the standard for core alignment fusion splicing by incorporating a user-friendly interface with enhanced features to provide the most rugged and reliable fusion splicer in the market today. The new rugged construction adds improved reliability by resisting shock, dust, and rain, and can withstand a 30? drop test., 1, EA; LI 006, MEASUREMENT QUALITY JUMPER TEST CABLE KIT (SEE ATTACHMENT), 1, EA; LI 007, FIBER OPTIC REPAIR CONSUMABLE KIT, (SEE ATTACHMENT), 1, 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, FLC - Jacksonville 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. FLC - Jacksonville 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 335921 and the Small Business Standard is 1000. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. System for Award Management Registration (August 2012) (Deviation) The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 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 w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 52.204 - 99 DEV System for Award Management Registration (August 2012) (Deviation) -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Fleet Fast Pay Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that 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. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/973f2d0f250c8025369e1bb67cd027ba)
- Place of Performance
- Address: NS Mayport, FL 32228
- Zip Code: 32228
- Zip Code: 32228
- Record
- SN02875557-W 20120912/120911000628-973f2d0f250c8025369e1bb67cd027ba (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 |