Federal Bid

Last Updated on 24 Jan 2019 at 1 PM
Combined Synopsis/Solicitation
New jersey

EXFO Fiber Inspection Probe

Solicitation ID N00174-19-Q-0019
Posted Date 24 Jan 2019 at 1 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Nswc Indian Head Division
Agency Department Of Defense
Location New jersey United states
 

This Request for Quote (RFQ) is for a commercial item prepared in accordance with the format in Subpart 8, as supplemented with additional information included in this notice. The solicitation number for this procurement is N00174-19-Q-0019exfe; the anticipated award will be a Firm Fixed Price Contract. The award will be made based on price. The North American Industry Classification System (NAICS) code is 334515. The SB size standard for this code is 750 employees. Quotes will be due by 02/04/2019 at 9:00 a.m. EST.       

 

DESCRIPTION:

 

Clin 0001: EXFO Fiber Inspection Probe Kit Part # TK-MAX-FIP-VP2X-FROA-54B-FIP-430 Qty: 6

 

To include the below Salient Characteristics:

 

Salient Characteristics

Fiber Inspection Probe Kit

 

Part Number - K-MAX-FIP-VP2X-FOA-54B-FIP-430 or equal

 

 

GENERAL SPECIFICATIONS:

  • Integrated Optical Power Meter that can be used with a wide range of connectors. Determines amount of light loss.
  • Visual Fault Locator (VFL) to identify breaks, bends, or faulty connectors and splices that cause signal loss.
  • Auto-focusing and auto-adjusting inspection probe.
  • Handheld w/ carrying case

 

 

MANDATORY MINIMUM PERFORMANCE SPECIFICATIONS:

Optical Power Meter

  • Calibrated for the following wavelengths: 850, 1300, 1310, 1490, 1550, 1625, and 1650 nanometers
  • Power range of 27 to -50 dBm

 

Visual Fault Locator

  • Laser w/ wavelength of 650 nm +/- 10 nm
  • Laser safety: Class 2

 

Inspection Probe

  • Auto-focusing
  • Auto-centering
  • Different magnification levels (low, medium, high preferred)
  • Image capture abilities to save inspection images.
  • 0.55-micron resolution
  • <1-micron visual detection capability

 

Connector Adapters and Base Tips

  • SC/PC, SC/SPC, SC/UPC, SC/APC connector adapters
  • SC APC base tips

 

Software / Controls

•·         Inspection Pass/Fail indication

 

 

Quantity - 6

 

 

Offers should be submitted and shall contain the following information:

SOLICITATION NUMBER; NAME, ADDRESS, TELEPHONE NUMBER OF OFFEROR; DUNS NUMBER; CAGE CODE; TAX IDENTIFICATION NUMBER; PRICE AND ANY DISCOUNT TERMS; DELIVERY TIMEFRAME; GSA CONTRACT NUMBER IF APPLICABLE; AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS.

 

Quotes must indicate quantity, unit price and total amount. Please make quotes good for 60 days. Offerors that fail to furnish the required information, or reject the terms and conditions of this RFQ may be excluded from consideration.

EMAIL OFFERS WILL BE ACCEPTED.

 

52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)

The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.

(End of clause)

 

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/these address (es):    www.acquisition.gov or farsite.hill.af.mil

(End of provision)

 

FAR 52.204-2 Security Requirements; FAR 52.204-3 Taxpayer Identification; FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5  Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration;  FAR52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.243-1 Changes-Fixed Price; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials;  DFARS 252.203-7002 - Requirement to inform Employees of Whistleblowers Rights; DFAR 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7003 Control of Government Personnel Work Product; DFAR 252.204-7005 Oral Attestation of Security Responsibilities; DFAR 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; DFAR 252.204-7015 Disclosure of Information to Litigation Support Contractors; DFAR 252.225-7048 Export - Controlled Items; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests; DFAR 252.232-7010 Levies on Contract Payments (Research and Development); DFAR 252.243-7001 Pricing of Contract Modifications; DFAR 252.244-7000 Subcontracts for Commercial Items; DFAR 252.247-7023 Transportation of Supplies by Sea;.

 

 

Points of contact:

Contract Specialist/Administrator:

Brandi Sorzano, Civ, Telephone: (301) 744-6908,

E-Mail: [email protected]

 

IMPORTANT NOTICES:

1) RFQ submission must be in accordance with solicitation

2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration). Registration is to be done through the System for Award Management (SAM) website https://www.sam.gov

3) All Amendments, if applicable, must be acknowledged.

4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.

5) PLEASE SEND ALL OFFERS TO ALL POINTS OF CONTACT

Bid Protests Not Available

Similar Past Bids

Corona California 30 May 2015 at 12 AM
Biloxi Mississippi 30 May 2007 at 4 AM
Corona California 12 Jan 2021 at 6 PM
Corona California 03 Feb 2021 at 12 AM
Maryland Not Specified

Similar Opportunities

Tulsa Oklahoma 14 Jul 2025 at 2 PM