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 PR N32209-8036-SP01. This procurement is UNRESTRICTED. No solicitation document will not be issued.
MSCHQ N10, SMS FIELD DET LITTLE CREEK Norfolk intends to purchase Brand Name or EQUAL (1) 3 each P/N MJ40015 MJSL17L End specific Splice kit; (2) 2 each Fusion Splicer USJ-S100R/Part Number K9 and (3) 2 each Tool Kit for UJS-S100R with video Printer/Part Number K10; (4) 2 each P/N MLD029, MJ Joint Housing Mold, Splice Kit; (5) 2 each P/N KIT215 MJ Joint Housing Mold Spares Splice Kit. Part Numbers are Tyco Telecommunication, Cable Jointing Services, Baltimore, MD. Shown below are the salient characteristics for items 2 & 3:
(a)Universal Joint Services (UJS) type spice machines approved and qualified for Millennia Jointing (MJ) splices on undersea cables using Millennia jointing technology.
(b)Conducting splices with a reliability of 10 ? 8 power for min 25 years.
(c)Equipped with a torsion preventing devise.
(d)Equipped with heater fiber stripper, ultrasonic bath and dedicated fiber cleaver.
(e)Equipped with built in calibratable load cell. Must have a minimum of 500 gram pull with an accuraqcy of +/-5%.
(f)Shall operate on 100 to 120 volts with a noise filter to prevent the fluctuation of arc fusion.
(g)Minimum Fiber capsulation length of 32 mm.
(h)Minimum Fiber cleave length between 2mm and 4mm.
Applicable to all items:
(i)Shall be current technology splice machine with a manufacturer repair support.
FOB: Destination.
Delivery to: NWS Yorktown Cheatham Annex, Williamsburg, VA 23185.
Delivery Date: On or before 29 Aug 2008.
The following FAR provisions and clauses apply to this solicitation and are incorporated by reference:
52.204-7 Central Contractor Registration
52.212-1 Instructions to Offerors-Commercial Items
52.211-6 BRAND NAME OR 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 modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
(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)
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:
52.219-6 Notice of Total Small Business Set Aside
52.219-28 Post Award Sm Business Program Representation
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
52.225-13 Restrictions on Certain Foreign Purchases and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration and
52.215-5 Facsimile Proposals
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
252.211-7003 Item Identification and Valuation
Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2006), 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 #, and Cage Code. Responses to this solicitation are due by 22 Feb 2008, 1:00 PM EST. Offers shall be emailed to
[email protected] or fax to (757) 462-2450. Reference PR N32209-8036-SPO1 on the quote.
Bid Protests Not Available