|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406Department of the Air Force, Air Force Space Command, 45CONS (Bldg
423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238 60 -- FIBER OPTICS SOL F08650-99-Q-0016 DUE 082499 POC Patricia King,
Contract Specialist, Phone 407-494-8699, Fax 407-494-2983, Email
p.king@pafb.af.mil -- Thyra Hayes, Contract Specialist, Phone
407-494-4292, Fax 407-494-2983, Email thyra.hayes@pafb.af.mil WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F08650-99-Q-0
016&LocID=516. E-MAIL: Patricia King, p.king@pafb.af.mil. This is a
combined synopsis/solicitation for a commercial item 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; quotations are being requested and
a written solicitation will not be issued. Solicitation #
F08650-99-Q-0016 is issued as a Request for Quotation. This request is
BRAND NAME or EQUAL. The solicitation document and incorporated
provisions and clauses are those in effect through FAC 97-11 and Air
Force Space Command Circular 96-4. The SIC code and business size
standard are 5063/100. This requirement is for a fixed price contract
for 0033 line items, all Brand Name or Equal. LINE ITEM 0001: QUANTITY:
(1) EA: INNERDUCT, 1" corrugated, white w/pull tape plenum. Rated use
w/plenum cable, P/N 141127, Pyramid in PLM100T. LINE ITEM 0002:
QUANTITY: 1 EA. TEE for 12" ladder rack, P/N B, Line 14A, 12HT, 12.
LINE ITEM 0003: QUANTITY : 75,000 FT. 370-949-FDD1-04, 4-F, 62.5/125
Flexibii Bld6-MIC FCP/OFNP/FT6, FDDI-PLUS 3.5/1.0 DB/KM 200/500 MHZ KM.
P/N SIECOR 004K8831130-29. LINE ITEM 0004: QUANTITY: 17 PK. COMPUTER
ICON, green, 24 pk, P/N SIECOR ICN-GRC-024. LINE ITEM 0005: QUANTITY:
17 PK. COMPUTER ICON, yellow, 24 PK, P/N SIECOR ICN-YLC-024. LINE ITEM
0006: QUANTITY: 120 EA. SHALLOW RIO, loaded 2 threaded St M/M, 2 DUP
SC M/M, 2 DUP FC M/M w/ cover, beigeloaded w/icons. Flange right stays,
flat on St side. P/N SIECOR R1041129142TCA. LINE ITEM 0007: QUANTITY:
4,000 FT. 173944, INNERDUCT 2.0 Corrugated white w/pull tape, plenum
rated use w/plenum cable. P/N Pyramid IN PLM200T. LINE ITEM 0008:
QUANTITY: 50 EA. FC-FC MULTIMODE DUPLEX YELLOW JACKET, 3 meters, P/N
COMPULINK PSP-6666-05-03M. LINE ITEM 0009. QUANTITY: 55 EA. FC-FC
MULTIMODE DUPLEX YELLOW JACKET, 8 meters, P/N Compulink PSP-6666-05-8M.
LINE ITEM 0010: QUANTITY: 55 EA. FC-FC MULTIMODE DUPLEX YELLOW JACKET,
10 meters, P/N COMPULINK PSP-6666-05-10M. LINE ITEM 0011: QUANTITY: 80
EA. FC-FC MULTIMODE DUPLEX YELLOW JACKET, 5 meters, P/N COMPULINK
PSP-6666-05-05M. LINE ITEM 0012: QUANTITY: 10 EA. FC-SC MULTIMODE
DUPLEX YELLOW JACKET, 3 meters, P/N COMPULINK PSP-6666-05-05M. LINE
ITEM: 0013: QUANTITY: 130 EA. FC-ST MULTIMODE DUPLEX YELLOW JACKET, 3
meters, P/N COMPULINK PSP-2266-05-03M. LINE ITEM 0014: QUANTITY: 50 EA.
SC-SC MULTIMODE DUPLEX RED JACKET, 3 meters, P/N COMPULINK
PSP-7777-03-3MT. LINE ITEM 0015: QUANTITY: 80 EA. SC-SC MULTIMODE
DUPLEX RED JACKET, 5 meters, P/N COMPULINK PSP-7777-03-5MT. LINE ITEM
0016: QUANTITY: 55 EA. SC-SC MULTMODE DUPLEX RED JACKET, 8 meters, P/N
COMPULINK PSP-7777-03-8MT. LINE ITEM 0017: QUANTITY: 55 EA. SC-SC
MULTIMODE DUPLEX RED JACKET, 10 meters, P/N COMPULINK PSP-7777-03-10M.
LINE ITEM 0018: QUANTITY: 130 EA. SC-ST MULTIMODE DUPLEX RED JACKET,
3 meters, P/N COMPULINK PSP-2277-03-3M. LINE ITEM 0019: QUANTITY: 80
EA. ST-ST MULTIMODE DUPLEX BLACK JACKET, 5 meters, P/N COMPULINK
PSP-2222-02-5MT. LINE ITEM 0020: QUANTITY: 55 EA. ST-ST MULTIMODE
DUPLEX BLACK JACKET, 8 meters, P/N COMPULINKS PSP-2222-03-8MT. LINE
ITEM 0021: QUANTITY: 10 PK. E-Z CODE CABLE MARKERS, P/N T&B WTW1214.
LINE ITEM 0022: QUANTITY: 245 EA. 1-DUPLEX ZIRCONIA SC SLEEVE, Black,
P/N ORTRONICS OR-62700008-00. LINE ITEM 0023: MINI-MOD MODULE, 1-DUPLEX
ST ZIRCONIA SLEEVE, Black, P/N ORTRONICS OR-62700010-00. LINE ITEM
0024: QUANTITY: 245 EA. 2-FC ZIRCONIA SLEEVES, Black, P/N ORTRONICS
OR-62700039-00. LINE ITEM 0025: QUANTITY: 15 PK. 109687/MOD PLG 8P/8C
RJ45 NK 24-26/28 AWG, SOLID 200RD & 090X350 CABLE PACKAGE OF 25, P/N
AMP 5-554720-4. LINE ITEM 0026: QUANTITY: 20 EA.
005815/,BLOCK-CONNECTING 50PR W/2-PRONG CLII'S, AKA SPLIT BLOCK, P/N
SIEMON S66MI-50. LINE ITEM 0027: QUANTITY: 20 EA. 005823/BRACKET,
STANDOFF, for M Blocks, Pro #21, P/N SIEMON S89D. LINE ITEM 0028.
QUANTITY: 2 PK. 155538/ALCOHOL WIPES, individually wrapped in a box of
80. TX806/TX1301, P/N ACCTECH RR1301. LINE ITEM 0029: QUANTITY: 8 EA.
LOCKTIGHT 411, P/N SIECOR 100334-01. LINE ITEM 0030: QUANTITY: 300 EA.
#6-32X1.00" SLOTTED PANHEAD MACHINE, ZINC SCREW, P/N SCREW-EA
06-32X1.00-3214. LINE ITEM 0031: QUANTITY: 12 RL. 1/2 X 20" ELECTRICAL
TAPE, VINYL PLASTIC, ORANGE, 80-6108-3401-4, P/N 3 M 3M TELECOM 35.
LINE ITEM 0032: QUANTITY: 12 RL. TAPE, 69 MIN. MINING, 2" x 36 yds,
glass, cloth, pressure sensitive, P/N 3M ELECT 69. LINE ITEM 0033:
QUANTITY: 6 FT. 25 PR CAT 3 SHIELDED PLENUM REELS, CUT TO 500', P/N CDT
M55073. These items are used for upgrading the network infrastructure
to a fiber optic cabling system. Required delivery is 30 days after
contract award with acceptance and FOB at destination. Delivery will be
to the HQ AFTAC/LSCLC PH 407-494-4357, Bldg 989, Patrick AFB, FL
32925-5270. FAR 52.252-1, Solicitation Provisions Incorporated by
Reference (FEB 1998). This solicitation incorporates one or more
solicitation provisions by reference, with the same force and effect as
if they were given in full text. Upon request, the Contracting Officer
will make their full text available. The offeror is cautioned that the
listed provisions may include blocks that must be completed by the
offeror and submitted with its quotation or offer. In lieu of
submitting the full text of those provisions, the offeror may identify
the provision by paragraph identifier and provide the appropriate
information with its quotation or offer. Also, the full text of a
solicitation provision may be accessed electronically at this address:
http://farsite.hill.af.mil/ (All letters in lower case.) (End of
provision). FAR 52.212-1 Instructions to Offerors -- Commercial Items
(JUN 1999); FAR 52.212-3 Offeror Representations and Certifications --
Commercial Items (JUN 1999), DFARS 252.225-7000 Buy American Act --
Balance of Payments Program Certificate (DEC 1991) and DFARS
252.225-7035 Buy American Act-North American Free Trade Agreement
Implementation Act-Balance of Payments Program Certificate (MAR 1998)
(offerors shall provide a completed copy of the provisions at FAR
52.212-3, DFARS 252.225-7000 and DFARS 252.225-7035 with offer) and
DFARS 252.211-7003 Brand Name or Equal (DEC 1991). FAR 52.252-2,
Clauses Incorporated by Reference (FEB 1998), This contract
incorporates one or more clauses by reference, with the same force and
effect as if they were given in full text. Upon request, the
Contracting Officer will make their full text available. Also, the full
text of a clause may be accessed electronically at this address:
http://farsite.hill.af.mil/ (All letters in lower case.) (End of
clause). FAR 52.212-4 Contract Terms and Conditions -- Commercial Items
(MAY 1999) (without addenda); FAR 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (MAY 1999) with the following applicable clauses for
para b -- FAR 52.222-21 Prohibition of Segregated Facilities, FAR
52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Affirmative
Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212),
FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C.
793), FAR 52.222-37 Employment Records on Special Disabled Veterans and
Veterans of the Vietnam Era (28 U.S.C. 4212) and 52.232-33 Payment by
Electronic Funds Transfer -- Central Contractor Registration; DFARS
252.212-7001 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items (MAR 1998) with the following applicable clauses --
DFARS 252.225-7001 Buy American Act and Balance of Payment Program (41
U.S.C. 10A-10D, E.O. 10582) and DFARS 252.225-7036 Buy American Act --
North American Free Trade Agreement Implementation Act -- Balance of
Payment Program; FAR 52.225-11 Restrictions on Foreign Purchases; FAR
52.246-1 Contractor Inspection Requirements; FAR 52.247-34 FOB
Destination; DFARS 252.204-7004 Required Central Contractor
Registration (***AS OF 01 JUNE 1998 IT IS MANDATORY FOR ALL VENDORS TO
BE REGISTERED IN THIS SYSTEM IN ORDER TO RECEIVE A FEDERAL GOVERNMENT
CONTRACT. TO REGISTER CALL 1-888-227-2423 or register on-line at
http://www.safaq.hq.af.mil/contracting/ccr0.html (All letters in lower
case.)***); DFARS 252.227.7015 Technical Data -- Commercial Items (NOV
1995); DFARS 252.227-7037 Validation of Restrictive Markings on
Technical Data (NOV 1995); and AFSPCFARS 5352.212-9500 Commercial
Warranty. YEAR 2000 COMPLIANCE REQUIREMENT: All Information Technology
items must be year 2000 compliant or non-compliant items must be
upgraded to be year 2000 compliant not later than December 31, 1999.
Year 2000 compliant means Information Technology that accurately
processes dates/time data (including, but not limited to, calculating,
comparing and sequencing) from, into, and between the twentieth and
twenty-first centuries, and the years 1999 and 2000 and leap year
calculations. Furthermore, year 2000 compliant Information Technology
shall accurately process date/time data if the other Information
Technology properly exchanges date/time data with it. The Government
intends to make a single award to the responsible offeror whose offer
is the most advantageous to the Government considering price and
price-related factors to include past performance. FAR 52.212-2,
Evaluation -- Commercial Items, complete para (a) with the following:
Award will be made to the offeror who meets the solicitation's minimum
criteria for technical acceptability at the lowest price and has a
satisfactory past performance record. To be determined technically
acceptable, the offeror must furnish product literature that
demonstrates that the products offered meet each and every requirement
stated in the purchase descriptions given above for Items _001 --
0033. //Invoice Special Notice//In accordance with FAR 52.212-4,
Contract Terms and Conditions -- Commercial Items (Apr 1998), paragraph
(g), electronically transmitted invoices are "NOT" authorized and will
"NOT" be accepted. IAW SF 1449 Block 18b, which refers you to Block 9,
invoices must be sent to the Block 9 address; any sent to the Block 18a
DFAS Office or any other office may result in delayed payment without
any interest penalty being allowed. Above mentioned clause and
paragraph are printed as follows: FAR 52.212-4 Contract Terms and
Conditions-Commercial Items (APR 1998), (g) INVOICE. The contractor
shall submit an original invoice and three copies (or electronic
invoice, if authorized,) to the address designated in the contract to
receive invoices. An invoice must include -- (1) name and address of
the contractor; (2) invoice date; (3) contract number, contract line
item number and, if applicable, the order number; (4) description,
quantity, unit of measure, unit price and extended price of the items
delivered; (5) shipping number and date of shipment including the bill
of lading number and weight of shipment if shipped on Government Bill
of Lading; (6) terms of any prompt payment discount offered; (7) name
and address of official to whom payment is to sent; and (8) name,
title and phone number of person to be notified in event of defective
invoice. Invoices will be handled IAW the Prompt Payment Act (31 U.S.C.
3903) and Office of Management and Budget (OMB) Circular A-125, Prompt
Payment. Contractors are encouraged to assign an identification number
to each invoice. (End of Excerpt) If an invoice is submitted that does
"not" include all of the above items (g(1) -- g(8)), it will "not" be
processed but will immediately be returned to the contractor. //End of
Invoice Special Notice// Partial Shipment/Partial Payment of complete
Line Item quantities is authorized. Partial Shipment within Line Items
is not authorized. **THE FOLOWING MUST BE COMPLETED, AS APPLICABLE, &
RETURNED WITH YOUR QUOTE: 1. IF YOUR QUOTE IS FOB ORIGIN, PLEASE
PROVIDE THE TOTAL SHIPPING WEIGHT _________ AND/OR THE SHIPPING COST
________. 2. IF THIS/THESE ITEM(S) IS/ARE ON ANY GOVERNMENT CONTRACT,
PLEASE PROVIDE COPY OF THE CONTRACT AND: CONTRACT NUMBER -- _________;
EXPIRATION DATE -- ______; PROMPT PAYMENT TERMS -- _______; FOB POINT
-- __________. 3. FOR WARRANTY PURPOSES, PLEASE FURNISH THE FOLLOWING
INFORMATION FOR EACH LINE ITEM: THE WARRANTY EXTENDS FOR A PERIOD OF
___ DAYSOR ___ YEARS FROM ( ) DATE OF SHIPMENT, ( ) DATE OF RECEIPT OR
( ) DATE OF INSTALLATION. 4. CONTRACTOR DUNS NUMBER -- ____________.
5. CONTRACTOR CAGE CODE -- ________. 6. IS THE "REMIT TO" THE SAME AS
THE ORDERING ADDRESS? __YES/__NO IF "NO", PLEASE FILL IN CORRECT "REMIT
TO": NAME OF COMPANY -- ________________ NO/STREET OR PO BOX NO. --
______________ CITY/STATE/ZIP -- ____________.** Offers are due no
later than ___4:00 PM EST on 24 Aug 99 at 45 CONS/LGCSA, 1201 Edward H.
White II St., Bldg. 423, Patrick AFB, FL 32925-3237. For information
contact Patricia King, Contract Specialist, at (407) 494-8699, Fax
(407) 494-2983. The Internet e-mail address for this Contracting
Officer is:_Thyra .Hayes@pafb.af.mil. Posted 08/06/99 (D-SN364746).
(0218) Loren Data Corp. http://www.ld.com (SYN# 0361 19990810\60-0003.SOL)
60 - Fiber Optics Materials, Components, Assemblies and Accessories Index Page
|
|