Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,1995 PSA#1301

NCCOSC RDTE Division Code 02214B 53570 Silvergate Avenue Bldg A33 San Diego CA 92152-5113

70 -- COMPUTER SYSTEM SOL REF NO. 4298 POC Purchasing Agent, Irene Solis, (619)553-4470. Contracting Officer, P.A. Brown. Bid Clerk, J.C. Norris, (619)553-4331. 1. D-48604-RE, Onyx RE2 Deskside, 4MB texture mem. 4x200MHz R4400 w4MB secondary cache, 64MB mem 1IMB, 2GBsys disk, 1ea. 2. HU-MBRM4, Additional Raster Manager (RM) card for Reality Engine Systems, 1ea. 3. FTO-64UP256-2, First 256MB High Dens Mem, 2 way interleave, 1IMB, for CHALLENGE and ONYX systems, 1ea. 4. P8-S-4HS, 4.3GB SCSI-2 fast, wide, differential disk disk for all CHALLENGE, CHALLENGE vault L & XL and ONYX Systems, 1ea. 5. FTO-2GBUP4GB, Upgrade 2GB to 4.3GB SCSI-2 fast, wide, differential System Disk for CHALLENGE and ONYX systems, 1ea. 6. P8-DAT, 2GB DAT Internal Drive for all CHALLENGE and ONYX Systems, 1ea. 7. P8-CDROM, 680MB CD-ROM for all CHALLENGE and ONYX Systems, 1ea. 8. SC4-PERF-1.2, IRIS Performer for IRIX 4.0.5 IRIX 5.2 or higher, CDROM, & Manual set, 1ea. 9. SC4-IDO-5.2, IRIS Development Option for IRIX 5.2, 1ea. 10. SC4-FTN-4.0.1 Fortran 77 Compiler for IRIX 5.2 plus Challenge Comp lib, 1ea. 11. SC4-NFS-5.2 Network File System Software for IRIX 5.2, 1ea. 12. DK-C3-001, Destination Kit for L Series Onyx Deskside, 220VAC/1P, 1ea. 13. CS-SWCARE-DEV, Support for software options for systems with IDO, Full basic IRIX care is required, 1ea. 14. SC4-W4D-5.2, IRIX 5.2 System Software and Manuals for Workstations CD-ROM Media, 1ea. 15. D-M21G-NC, 21inch MultiSync Granite Monitor for Onyx, Power Onyx and Crimson Systems, & Power CHALLENGE Vis Console, 1ea. 16. MO5-CD, CD-ROM Update Media Option-for Support Only, 1ea. 17. Additional Support Costs for: Item 1.1, 1ea. 18 Item 1.2, 1ea. 19. Item 1.3, 1ea. 20. Item 1.4, 1ea. 21. Item 1.5, 1ea. 22. Item 1.6, 1ea. 23. Item 1.7, 1ea. This is a notice of the Government's intent to place an order under a nonmandatory GSA schedule contract, pursuant to FIRMR 201-39.501.3. The Government has made a determination that the listed Part Number(s) for the Specific Make and Model of the Brand Name Product is/are the only product(s) that will meet the Government minimum requirement. This determination have been documented pursuant to FIRMR 201-39.601-1. However, interested parties are invited to identify their capabilities and include their price and GSA schedule contract number, if applicable. Business entities, other than the company named below, will be considered only if: (1) clear and convincing documentation including technical and pricing information is furnished within 15 days of this synopsis, (2) the proposed equipment and/or services meet the requirements of the Government, and (3) it is advantageous to the Government to consider another responsible offeror. If no affirmative written responses are received within 15 calendar days after publication of this notice to the effect that an acceptable other responsible vendor is available an order will be placed immediately with Silicon Graphics against GS00K94AGS5993 or subsequent contract. If a response is received that meets the requirements, and analysis indicates competitive acquisition would be more advantageous to the Government, a formal solicitation may be issued. No contract award will be made on the basis of information received in response to this notice. This synopsis is a notice of intent to place an order against a GSA nonmadatory scedule contract and should NOT be considered as a request for offers. The Government will NOT pay for information received. A formal solicitation is NOT available. Although this is not a formal solicitation, vendors are on notice that there are no specifications available permitting an ''or equal'' purchase. If there is some question and/or issue with respect to use of Brand Name only requirements, questions must be raised no later than 15 days after this notice appears in the Commerce Business Daily. To the extent outlined above, all responses from responsible sources will be fully considered. As a result of analyzing responses to this synopsis of intent, the contracting officer may determine that (1) a formal solicitation (Request for Proposal or Invitation for Bid) will be issued, (2) it is more advantageous for the Government to place an order under the above cited GSA Scheduled contract, or (3) it is more advantageous to the Government to place an order under another competitor's GSA Schedule Contract, which ever is deemed more advantageous to the Government, ALL factors considered. If a formal solicitation is issued, no additional synopsis will be published. Any such formal solicitation will be issued to the intended schedule vendor and all firms that respond to this synopsis of intent or otherwise request a copy of the solicitation. (0068)

Loren Data Corp. http://www.ld.com (SYN# 0400 19950310\70-0001.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page