Federal Bid

Last Updated on 28 Mar 2015 at 8 AM
Combined Synopsis/Solicitation
Otis Massachusetts

70--GBICS (Gigabit Interface Converters)

Solicitation ID F8M3CF4238AC01
Posted Date 25 Sep 2014 at 12 PM
Archive Date 28 Mar 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fedbid.Com -- For Department Of Army Procurements Only
Agency Department Of Defense
Location Otis Massachusetts United states 02542
CANCELLATION 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 F8M3CF4238AC01 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 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 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 2014-09-29 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Otis ANGB, MA 02542

The National Guard - Massachusetts requires the following items, Exact Match Only, to the following:
LI 001: Gigabit Ethernet Transceiver Manufacturer: Avaya Model/Part Number: AA1419069-E6 Essential Sailent Features: 1-port 1000BASE-BX Small Form Factor Pluggable (SFP) Gigabit Ethernet Transciever Connector type: LC-1310nm wavelength Must be paired with AA1419070-E6., 30, EA;
LI 002: GBIC Manufacturer: Avaya Model/Part Number: AA1419070-E6 Essential Sailent Features: 1-port 1000 Base-BX Small Form Factor Pluggable GBIC (mini-GBIC, connector type: LC-1490nm wavelength. Must be paired with AA1419069., 30, EA;
LI 003: Power Supply Manufacturer: Avaya Model/Part Number: DS1405012-E5 Essential Sailent Features: 8005AC 100-240 VAC 1140W/1462W Power Supply Lower output at 110VAC., 4, EA;
LI 004: GBICS Base Manufacturer: Avaya Model/Part Number: AA1403005-E5 Essential Sailent Features: 1-port 10GB base - SR XFP, Supports high modal bandwidth MMF (i.e. 50um,2000MHz*km) for interconnects up to 300m. Core 62.5um fiber., 6, 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, National Guard - Massachusetts 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. National Guard - Massachusetts 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 [email protected]. 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 [email protected] 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.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Bid MUST be good for 30 calendar days after close of Buy.

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.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

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/.

FAR 52.204-7, System for Award Management; 52.212-1, Instruction to Offerors-Commercial Items; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran?Certification; DFARS 252.203-7002, Representation Relating to Compensation of Former DoD Officials; 252.225-7031, Secondary Arab Boycott of Israel.

FAR 52.207-4, Economic Purchase Quantity-Supplies; 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items; 52.219-1 Alt I, Small Business Program Representations; 52.222-22, Previous Contracts and Compliance Reports; 52.225-2, Buy American Act Certificate; 52.252-1, Solicitation Provisions Incorporated by Reference; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate.

52.204-13, System for Award Management Maintenance; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-17, Delivery of Excess Quantities; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-36, Affirmative Action for Workers With Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act?Supplies; 52.225-3, Buy American Act ?Free Trade Agreements ? Israeli Trade Act; 52.225-3 Alt I, Buy American Act ?Free Trade Agreements ? Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System Award Management; 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000; 52.223-6, Drug-Free Workplace; 52.232-1, Payments; 52.232-8, Discount for Prompt Payment; 52.232-23, Assignment of Claims; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.233-1, Disputes; 52.243-1, Changes -- Fixed-Price; 52.246-1, Contractor Inspection Requirements; 52.247-34, F.o.b. Destination; 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 (Alt A), Alternate A, System for Award Management; 252.204-7006, Billing Instructions; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7036, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program; 252.225-7036 Alt I, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program; 252.232-7010, Levies on Contract Payments; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7001, Pricing of Contract Modifications; 252.244-7000, Subcontracts for Commercial Items

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.252-2, Clauses Incorporated by Reference

All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.

Bid Protests Not Available

Similar Past Bids

Otis Massachusetts 25 Sep 2014 at 1 PM
Location Unknown 17 Jan 2006 at 5 AM
Kaneohe Hawaii 08 Nov 2005 at 5 AM
Dallas Texas 29 Oct 2019 at 4 AM
Owensboro Kentucky 29 Jun 2020 at 4 AM

Similar Opportunities

Location Unknown 15 Jul 2025 at 1 PM
Oxnard California 22 Jul 2025 at 9 PM
Columbus Ohio 31 Jul 2025 at 5 PM
Columbus Ohio 31 Jul 2025 at 5 PM