Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2016 FBO #5217
SOURCES SOUGHT

60 -- Fiber Optic Termination and Cleaning Kits

Notice Date
3/4/2016
 
Notice Type
Sources Sought
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 101 MSG/MSC, MAINE ANG, 105 Maineiac Avenue, Suite 510, BANGOR, Maine, 04401-3055, United States
 
ZIP Code
04401-3055
 
Solicitation Number
PANNGB-16-P-0000-008678
 
Archive Date
3/26/2016
 
Point of Contact
Daniel A. Boone, Phone: 2074047419
 
E-Mail Address
daniel.a.boone3.mil@mail.mil
(daniel.a.boone3.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition, 335921 Fiber Optic Cable Manufacturing, with a Small Business size standard of 1000 Employees. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Purpose: The purpose of this requirement is to acquire two (2) Hot Melt Fiber Termination Kits, two (2) LC Hot Melt Expansion Kits, two (2) Portable Fiber Optic Cleaning Kits, and two (2) Fiber Optic Tool Kits. Project Requirements: The Hot Melt Fiber Termination Kits shall contain: 120V oven w/ power cord Connector holders (ST, SC, FC) Round polishing pad 2 μm lapping film Final lapping film Polishing jig Jacket stripper Kevlar snips Stripping tool Crimp tool Fiber scribe View scope Cleaning wipes Fiber marking pen Stripping template Fiber optic adhesive Stripping template Alcohol bottle Water bottle The Hot Melt Expansion Kits shall contain: Hot Melt connector holder Polishing guide w/weight (2 jigs included) Replacement polishing jigs Crimp tool Adapter for view-scope Heat shrink fixture Holder cleaning pin Polishing pads Lapping film kit Stripping template The Cleaning Kits shall contain: Fiber Connector Cleaner One-Click Cleaners for SC, ST, FC, and LC connectors Fiber Optic Wipes Fiber Optic Cleaning Cassette Carrying Case or Bag The Fiber Optic Tool Kits shall contain: Lint-Free Alcohol Wipes Fiber Splinter Removal Tweezer Rotary Cable Stripper Tubing Cutter, 1/8" to 1-1/8" 6" Diagonal Cutting Plier 6" Standard Long-Nose Plier with Side Cutters 9" High-Leverage NE SideCutter 8 11/32" Cush.-Grip Screwdriver Phillips Screwdriver #1 Phillips Screwdriver #2 Double Sided Magnetic Tape Measure, 16' High-Leverage Cable Cutter Four-Ounce Pump Bottle Low-Cost Splicer's Snips Retractable Utility Knife Desoldering Bulb Nutdriver 5/16" Nutdriver 11/32" Nutdriver 3/8" Nutdriver 7/16" Nutdriver 1/2" Multi Wire Stripper/Cutter 10-20 AWG Kevlar Cutter 250 Micron Buffer Stripper Three-Hole Fiber Optic Stripper Fine Point Black Sharpie Seam Ripper Cable Sheath Cutter Two-Step Coax Cable Stripper, Up to 1/8" Cable O.D. Fiber Optic Inspection Scope /Microscope, 200X Dispenser w/ Wire Marking Tape Electrical Tape 3/4" X 60' Fiber Optic Ferrule Cleaner 2.5mm Economy Fiber Swab 50/pkg General Purpose Cotton Swabs Carrying Case Warranty Requirements: The Contractor shall provide, at a minimum, a one (1) year warranty on all equipment, supplies and repairs. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for warranty period. Delivery, Installation, and Training: The anticipated delivery date is thirty (30) days from date of award. Delivery must be FOB Destination. Anticipated Contract Type: A firm fixed price contract is anticipated. Capability Statement: Contractors that believe they possess the ability to provide the required commercial equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of contractor employees, 2) documentation of ability to provide the required system including Manufacturer Name/Model/Part Number, 3) any GSA Schedule contract(s) by which all of the requirements may be met, and 4) any other information considered relevant to this potential requirement. Contractors must also provide their Company Name, Address, CAGE code, DUNS number, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this sources sought that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically to MSgt Daniel Boone, Contract Specialist (daniel.a.boone3.mil@mail.mil) before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates award of a contract on the basis of lowest price technically acceptable evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17-1/PANNGB-16-P-0000-008678/listing.html)
 
Place of Performance
Address: 243rd EIS, 50 Western Avenue, South Portland, Maine, 04106, United States
Zip Code: 04106
 
Record
SN04040744-W 20160306/160304235437-1fd0b0ab84d2f18f001aebbe9f302350 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.