Federal Bid

Last Updated on 02 Jul 2019 at 10 PM
Combined Synopsis/Solicitation
Location Unknown

Brand Name or Equal CAT 6 Cables & Cable ties

Solicitation ID NAMA-NH-11-Q-0003
Posted Date 10 Feb 2011 at 5 PM
Archive Date 02 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Acquisitions Division
Agency National Archives And Records Administration
Location United states
This is a combined synopsis/solicitation issued for commercial items in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR Part 13 Simplified Acquisition Methods, as supplemented with additional information included in this notice and in accordance with FAR 11.105 instructions for use of " Brand Name or Equal" purchase descriptions. This announcement constitutes the only solicitation; a firm fixed price quotation is requested and a written solicitation will not be issued. The solicitation number is (NAMA-NH-11-Q-0003) and is issued as a request for quotation (RFQ); quotations furnished are not offers. This request does not commit the government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Any representations and/or certifications attached to this RFQ must be completed by the vendor. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48 effective December 30, 2010. COMPETITION, EVALUATION, AND PURCHASE ORDER TYPE: This is a "Brand Name or Equal" requirement under NAICS 335921. The Government reserves the right to issue a purchase order on the initial quote without discussions of this procurement. Evaluation and order issuance will be in accordance with the procedures of FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. The order will be issued to the Vendor whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this competition will be obtained through a lowest priced technically acceptable evaluation. In order to be determined technically acceptable, all quotation submission requirements must be met including the required documentation submissions outlined below. Supplies furnished under this RFQ are of domestic origin unless otherwise indicated by vendor. Vendors must complete and return Enclosure 1, RFQ Information Sheet, in order for their quotations to be considered. REQUIREMENTS: All delivery costs must be included in the total firm-fixed price quote. DELIVERY: Delivery of Group I will need to be expedited, must be coordinated with a named POC and undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. Delivery will be made to the following: Group I - to a new National Archives Facility at 1 Archives Way, St. Louis, MO (former address: 1829 Dunn Rd., St. Louis, MO 63138) Delivery cannot be made prior to March 7, 2011 but is needed within the week of March 7, 2011 through March 11,2011 unless otherwise agreed upon by the parties. Group II - NARA - AII; 3301 Metzerott Rd (Dock Entrance) College Park, MD 20740-6001 no later than 30 calendar days after issuance of the order. Failure to deliver in a timely manner could result in termination. All questions must be received via email to [email protected] no later than 1:00 pm EST on February 14, 2011. SUBMISSION OF QUOTATIONS: Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Renie Wallace - Buyer, 8601 Adelphi Road, Room 4400, College Park, MD 20740-6001 or e-mailed to: [email protected]. Quotations should be received by 1:00 PM EST on February 17, 2011. Please allow one extra business day for delivery and receipt if quotation is sent via e-mail, as the e-mail will need to pass through IT security. Telephonic responses will not be processed.

The requirement is for CAT 6 Cables and Cable ties (description below). This will be a firm fixed price contract.

REQUIREMENT:

Description - Group 1

CLIN0001: Belkin 10' CAT6 or CAT 6 Gigabit Snagless RJ45 Patch Cable Blu - Man Part # A3L980-10-BLU-S - Qty 100

CLIN0002: Belkin 14' CAT6 or CAT 6 Gigabit Snagless RJ45 Patch Cable Green - Man part # A3L980-14-GRN-S - Qty 100

CLIN0003: Belkin 10' CAT6 or CAT 6 Gigabit Snagless RJ45 Patch Cable Black - Man. Part # A3L980-10-BLK-S - Qty 300

CLIN0004: Belkin 10' CAT6 or CAT 6 Gigabit Snagless RJ45 Patch Cable Purple - Man. Part # A3L980-10-PUR-S - Qty 50

CLIN0005: Belkin 10' CAT6 or CAT 6 Gigabit Snagless RJ45 Patch Cable White - Man. Part # A3L980-10-WHT-S - Qty 50

CLIN0006: Belkin 10' CAT6 or CAT 6 Gigabit Snagless RJ45 Patch Cable Red - Man. Part # A3L980-10-RED-S - Qty 100

CLIN0007: Belkin 25' CAT6 or CAT 6 Gigabit Snagless RJ45 Patch Cable Blue - Man. Part # A3L980B25-BLU-S - Qty 20

CLIN0008: Belkin 35' CAT6 or CAT 6 Gigabit Snagless RJ45 Patch Cable Blue - Man. Part # A3L980-35-BLU-S - Qty 20

CLIN0009: Belkin 50' CAT6 or CAT 6 Gigabit Snagless RJ45 Patch Cable Blue - Man. Part # A3L980B50-BLU-S - Qty 20

CLIN0010: Belkin 2 Meter 10 gig LC/LC Multimode Duplex Fiber Optic Cable 50/125 - Man. Part # F2F402LL-02M-G -
Qty 50

CLIN0011: Belkin 5 Meter 10 gig LC/LC Multimode Duplex Fiber Optic Cable 50/125 - Man. Part # F2F402LL-05M-G -
Qty 50

CLIN0012: Belkin 10 Meter 10 gig LC/LC Multimode Duplex Fiber Optic Cable 50/125 - Man. Part # F2F402LL-10M-G -
Qty 10

CLIN0013: Belkin 2 Meter 10 gig LC/SC Multimode Duplex Fiber Optic Cable 50/125 - Man. Part # F2F402L7-02M-G -
Qty 150

CLIN0014: Belkin 5 Meter 10 gig LC/SC Multimode Duplex Fiber Optic Cable 50/125 - Man. Part # F2F402L7-05M-G -
Qty 150

CLIN0015: Belkin 10 Meter 10 gig LC/SC Multimode Duplex Fiber Optic Cable 50/125 - Man. Part # F2F402L7-10M-G -
Qty 60

CLIN0016: Hubbell Velcro ONE-WRAP cable tie (black) - Man. Part #
HPWCVFBK120 - Qty 4

CLIN0017: Velcro Bulk Roll Cable Fastener - 1/2 inch wide
75 foot roll - Man. Part # 43115-75 - Qty 6

Description - Group 2

CLIN0018: Belkin 10 GIG AQUA Patch cable - 49 FT - Man. Part # F2F402LL-15M-G - Qty 50

CLIN0019: Belkin 50' CAT6 or CAT 6 Gigabit Snagless RJ45 Patch Cable Blue - Man. Part # A3L980B50-BLU-S - Qty 50

CLIN0020: Hubbell Velcro ONE-WRAP cable tie (black) - Man. Part #
HPWCVFBK120 - Qty 6


The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price contract and associated delivery order:
52.211-6 -- Brand Name or Equal (Aug 1999) (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-Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (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. FAR 52.212-1 Instructions to Offerors-Commercial Item(Jun 08); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 09)--offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/ ; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 09); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 10). The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 06) w/Alternate I (Oct 95); 52.222-3 Convict Labor (Jun 03); 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Aug 2009); 52.222-21 Prohibition of Segregated Facilities (Feb 99); 52.222-26 Equal Opportunity (Mar 07); 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 06); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 06); 52.222-50 Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)); 52.222-54 Employment Eligibility Verification (Jan 2009); 52.225-5 Trade Agreements (Aug 09); 52.225-13 Restriction on Certain Foreign Purchases (Jun 08); 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 03); 52.232-36 Payment by Third Party (Feb 10); 52.233-3 Protest After Award (Aug 96); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04); and 52.239-1 Privacy or Security Safeguards (Aug 96); 52.225-6 Trade Agreements Certificate (Jan 2005) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (b) The offeror shall list as other end products those supplies that are not U.S.-made or designated country end products.
Other End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for those products are insufficient to fulfill the requirements of this solicitation.
(End of provision).



ENCLOSURE 1, RFQ Information Sheet

Vendors that do not provide the required information will not be considered for receipt of the order.

Statutory/Regulatory Compliance

IPv6 COMPLIANT: YES____ or NO_____?

SECTION 508 COMPLIANT: N/A see attached exemption

TRADE AGREEMENT ACT COUNTRY OF PRODUCTION: __________________

Specific Terms, Conditions, and Administrative information

PAYMENT TERMS:

DELIVERY DATE:

NAME AND ADDRESS OF QUOTER:

________________________________________________________________________

TELEPHONE NO (INCLUDE AREA CODE) _____

FAX NUMBER:

E-MAIL ADDRESS:

ENROLLED IN CENTRAL CONTRACTOR REGISTRATION? Yes____ No____

CAGE CODE NUMBER:

DUNS:


Contractor Certification : [By signing the Vendor acknowledges that the information provided in response to this RFQ is correct.]

NAME AND TITLE OF SIGNER:

DATE OF QUOTATION:

SIGNATURE OF PERSON AUTHORIZED TO SIGN:



ATTACHMENT 1, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4)

ADDITIONAL TERMS AND CONDITIONS

I. GOVERNMENT CONTRACT ADMINISTRATION

A. The contract will be administered by:

National Archives and Records Administration
Acquisition Services Division, Code NAA
Room 3340
8601 Adelphi Road
College Park, MD 20740-6001

B. Contract Administration

Contracting Officer (CO), Ann Harrison
Telephone: (301) 837-0772

Buyer: Renie Wallace
Telephone: (301) 837-3432
Email: [email protected]

II. DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE (COR)

A. COR: TBD
National Archives and Records Administration
8601 Adelphi Road
College Park, MD 20740-6001
Phone:
E-Mail:

(i) The individual named above is designated as the Contracting Officer's Representative (COR) to assist the Contracting Officer (CO) in the discharge of the CO's responsibilities. The COR is responsible for monitoring, giving progress reports to the Contract Specialist (CS), and overall technical surveillance of services to be performed under this contract and should be contacted regarding questions or problems of a technical nature. In no event will any understanding or agreement, modification, change order, or other matter deviating from the terms of the contract between the Contractor and any person other than the CO be effective or binding upon the Government.

(ii) When, in the opinion of the Contractor, the COR requests effort outside the existing scope of the contract, the Contractor must promptly notify the CO in writing.

(iii) No action will be taken by the Contractor under such technical instruction unless the CO has issued a contractual change.

(iv) The responsibilities of the COR include, but are not limited to, the following:

(a) Serve as the point of contact through which the Contractor can relay questions or problems of a technical nature to the CS and the CO;

(b) Be responsible for the inspection and acceptance of the services performed and determining the adequacy of performance by the Contractor in accordance with the terms and conditions of this contract;

(c) Confer with representatives of the Contractor regarding any non-performance or unsatisfactory performance; follow through to assure that all non-performance or unsatisfactory performance is performed/corrected or payment adjustment is recommended to the CS/CO;

(d) Review and certify invoices in accordance with invoicing instructions of the contract. Maintain a file with copies of these documents;

(e) Review and evaluate Contractor's indefinite delivery, indefinite quantity (IDIQ) estimates, furnish comments, and recommendations to the CS/CO;

(f) Advise the CS of any performance problems and make recommendations for corrective action to correct performance issues;

(g) Furnish the CS with any requests for change, deviation, or waiver (whether generated by Government personnel or Contractor personnel), including all supporting paperwork in connection with such change, deviation, or waiver;

(h) Submit a written evaluation to the CS/CO within 60 days of contract completion or annually on the anniversary date for contracts that include options. The evaluation should include:

(1) The quality and timeliness of the Contractor's performance; and

(2) A statement as to the uses made of any deliverables furnished by the Contractor.

III. MARK FOR INFORMATION

Vendor must include the following information clearly on shipping container address label:

Award Number: ____ (PIID) _____________
Accepting POC: ____ (NAME) ___________, Code _________
Room: ________

IV. INVOICE SUBMISSION REQUIREMENTS

A. All original invoices submitted for payment shall be sent electronically to the following e-mail address: [email protected]. Protected Microsoft Excel Files are the preferred format; however, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are also acceptable. To receive a free notification of your electronic payment, register at http://fms.treas.gov/paid

B. If electronic invoices are not possible original invoices shall be sent to:

(1) ARC/ASD/NAR
Avery Street 3-F
Bureau of the Public Debt
P.O. Box 1328
Parkersburg, WV 26106-1328

(2) One copy to the Contract Specialist (identified above).

(3) One copy to the COR/TPOC: TBD

National Archives and Records Administration
Attn: _________, Code ___________
Room _______
8601 Adelphi Road
College Park, MD 20740-6001
Email: [email protected]

For Bureau of Public Debt paying office (ARC/ASD/NAR) payment and invoice questions, call 304-480-7000

C. The Vendor's invoice shall include the following information and/or attached documentation:

(1) Name of the business concern and invoice date;
(2) The complete contract number and/or delivery/task order number preceded by the letters NAMA;
(3) Description, price, and quantity of services actually delivered or rendered and segregated by CLIN and/or SUBCLIN number(s);
(4) Payment terms;
(5) DUNS number;
(6) Taxpayer's Identification Number (TIN);
(7) Government Fund Cite; and
(8) Government Organization ordering the items

D. All invoices for services must be submitted on a monthly basis.

E. All invoices will be paid using information from the Central Contractor Registration (CCR). Therefore, payment will be made to the EFT information that matches the DUNS number for this award.

 

Bid Protests Not Available

Similar Past Bids

Albuquerque New mexico 11 Jan 2017 at 4 PM
Adelphi Ohio 29 Feb 2012 at 2 PM
Adelphi Ohio 04 Jun 2010 at 3 PM
Barrigada Guam 10 Aug 2017 at 4 PM
Keyser West virginia 23 Apr 2013 at 6 PM

Similar Opportunities

Richmond Virginia 15 Jul 2025 at 4 AM
Washington District of columbia 11 Jul 2025 at 7 PM
Washington District of columbia 11 Jul 2025 at 7 PM
Washington District of columbia 11 Jul 2025 at 7 PM
Washington District of columbia 11 Jul 2025 at 7 PM