Federal Bid

Last Updated on 18 Sep 2014 at 10 AM
Combined Synopsis/Solicitation
Wolfe West virginia

Portable Dense Wavelength Division Multiplexing (DWDM)Test Tool

Solicitation ID F1SEAD4202AG01
Posted Date 15 Sep 2014 at 8 PM
Archive Date 18 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Air Force Test Center (Aftc) - Edwards
Agency Department Of Defense
Location Wolfe West virginia United states

REQUEST FOR QUOTE: F1SEAD4202AG01

BRAND NAME or equal - VePal TX300 Portable SONET/Ethernet Test Set

This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). This RFQ requires offers for brand name or equal items listed. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 and DFARs Change Notice (DPN) 20140828. Federal Supply Class (FSC) code is 5999. NAICS is 334515 and the size standard is 500 employees.

This acquisition is a 100% small business set aside IAW FAR 6.203(a). The Air Force Test Center (AFTC) Directorate of Contracting, Operational Contracting Division, Edwards Air Force Base, CA is seeking a supply with incidental service contract for Portable Dense Wavelength Division Multiplexing (DWDM) Test Tool that can provide the necessary capabilities to connect to a combined SONET/DWDM network. This portable tool must give the technician the ability to fully test, troubleshoot, monitor, etc. the voice and data streams within the network that support both voice and data across the Edwards campus.

As part of the purchase, the vendor shall provide technical support services, software support, and hardware replacement for failed components. The contractor shall provide technical support and maintenance services necessary to ensure active management, reliable operations, and rapid restoration of all covered equipment during the warranty period. 

As part of the purchase, the vendor shall provide initial training to four (4) technicians of the operational methods and complexities of the test tool and have the ability to monitor, test and troubleshoot current SONET and future DWDM network issues, problems anomalies, etc.

Please see attached PWS (Atch 1) and Salient Characteristics (Atch 3) for complete details.

Line Item             Qty         Description

0001                  1         VePAL TX300 Portable SONET/Ethernet Test Set, Part No. Z04-00-004P

0002                  1         Two 10/100/1000Base-T and two 1000Base-X Ports. All interfaces enabled and Dual Port testing enabled. Part No. Z66-00-012P

0003                  1         10G Optical Interface. Includes one test protocol - MX300 10GE LAN (499-05-122). Part No. Z66-00-080P

0004                  1         OC3/12/48, DS3, DS1 Interface, Part No. Z66-00-022P

0005                  1         STM-n-OC-x Service Disruption Time and APS Measurements, Part No. 499-05-046

0006                  1         STM-n-OC-x Tandem Connection Monitoring, Part No. 499-05-047

0007                  1         STM-n-OC-x Pointer Test Sequences per ITU-T G.783, Part No. 499-05-048

0008                  1         STM-n-OC-192 Service Disruption Time and APS Measurements, Part No. 499-05-109

0009                  1         STM-n-OC-192 Tandem Connection. Part No. 499-05-110

0010                  1         STM-n-OC-192 Pointer Test Sequences per ITU.783, Part No. 499-05-111

0011                  1         STM-n-OC-192 Testing and Mappings, Part No. 499-05-124

0012                  1         MX300 10GE/1G Jitter, Part No. Z33-00-005

0013                  1         Training

The Government is requesting that any interested party who believe they
can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination (Edwards AFB, CA 93524).

Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Also complete DFARs clause 252.209-7993 (attachment to be downloaded) REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 201-O0004)(JAN 2012).

CONTRACTORS MUST COMPLY WITH DFARs 252.204-7004, ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT. TO REGISTER WITH SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION (DEVIATION) GO TO URL: https://www.sam.gov/portal/public/SAM. COMPLETE REPRESENTATIONS AND CERTIFICATION (REPS & CERTS) FOR BOTH FAR AND DFARS.

The following provisions and clauses apply:

Clause 52.211-6 Brand name or Equal;
Provision 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014)Provision 52.212-2, Evaluation - Commercial Items (Jan 1999); Lowest Priced Technically Acceptable (LPTA)
Provision 52.212-3, Offerors Representation and Certifications - Commercial (May 2014)
Clause 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014)
Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Jul 2014)
To include:

Clause 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)        Clause 52.219.28, Post-Award Small Business Program Representation (Jul 2013)
Clause 52.222-3, Convict Labor (June 2003)
Clause 52.222-19, Child Labor - Cooperation with Authorities and Remedies, (Jan 2014)
Clause 52.222-21, Prohibition of Segregated Facilities (Feb 1999)
Clause 52.222-26, Equal Opportunity (Mar 2007)
Clause 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014)
Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
Clause 52.225-5. Trade Agreements (Nov 2013)
Clause 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
Clause 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013)
Clause 52.233-1, Disputes (July 2002)
Clause 52.233-4, Applicable Law for Breach of Contract Claim
Clause 52.252-2, Clauses Incorporated by Reference, (Feb 1998) (Full text will be included upon award http://www.farsite.hill.af.mil)
Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
Provision 252.203-7005, Representation Relating to Compensation of former DoD Officials
Provision 252.204-7011, alternative Line Item Structure
Clause 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
Clause 252.209-7995, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Deviation 2012-O0004).
Clause 252.211-7003, Item Identification and Valuation
Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
Clause 252.232-7006, Wide Area WorkFlow Payment Instructions, (Full Text will be included upon award)
Clause 252.232-7010, Levies on Contract Payments
Provision 252.239-7017, Notice of Supply Chain Risk
Clause 252.239-7018, Supply Chain Risk
Clause 252.244-7000, Subcontracts for Commercial Items
Clause 252.247-7023, Transportation of Supplies by Sea
Clause 5352.201-9101, Ombudsman, (Full Text will be included upon award)

INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil.

Offers are due at the AFTC/PZIOA, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA  93524-1185 or via e-mail to: [email protected] by close of business (4:00 pm PST) on Wednesday, 17 Sep 2014.

Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis.

Point of Contact:

Janice Laurenti, Contract Specialist, Phone 661-277-3229, Email: [email protected]

Cynthia Keim, Contracting Officer, Phone 661-277-7443, Email: [email protected]

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Colorado 31 Jul 2025 at 4 AM (estimated)
Colorado 31 Jul 2025 at 4 AM (estimated)
Colorado springs Colorado 30 Oct 2025 at 4 AM (estimated)
Tinker air force base Oklahoma 30 Sep 2025 at 4 AM (estimated)
Montpelier Vermont 04 Jun 2026 at 2 PM