|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 16,1996 PSA#1574Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok
73145-9106 J -- SVCS TO UPGRADE ADPE INSTL GFP H/S SOL F34650-96-Q-1554 DUE
042596 POC For copy, Harry Krautlarger/Pkoe/(405)739-2983, For
additional information contact Harry Krautlarger/Pkoe/(405)739-2983 (i)
This is a combined synopsis/solicitation for commercial items prepared
in accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. (ii) The solicitation,
F34650- 96-Q-1554, is issued as a Request for Quotation (RFQ). (iii)
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 90-37. (iv) See
number Notes(s) 1. This requirement is 100% Small Business-Small
Purchase Set- Aside, SIC 7379, size standard is $18.0. (v) CLIN 0001:
1 Job; Services, nonpersonal: Contractor shall furnish all labor,
tools, supplies, transportation and incidentals necessary to install
Government furnished hardware as follows: 425 ea additional IBM 8 MB
SIMM, 425 ea Overdrive Processor 486DX 66 MHZ, 425 ea 128K Cache, 425
ea 1 MB Video Memory Upgrade 60NS and Government furnished software as
follows: 487 ea Install Super TCP Ver 4 Rev 3, 487 ea Install Netscape
Ver 1.1, 487 ea Install IBMAV 2.4 check for viruses on hard drive, 487
ea Install Updated network driver (VLM), 487 ea Install updated SC
Menu, 487 ea Install AFEPL( 487 ea Install Westlaw, 487 ea Install MS
Access Ver 2.0. (vii) The contractor shall: install all software and
hardware on each computer as indicated on the serialized list; complete
a checklist on each computer; disconnect/reconnect computers at
eachwarkstation including eleactrical, printer, modem, CD ROM, monitor,
keyboard, mouse and any other applicable computer connections; ensure
computers are fully operational and relocated in the same position in
the workstations following installation; take neacessary steps to
ensure that no loss of access to previously installed application
software occurs due to installation process; and ensure no damage
occurs to computer units due to installation process; ensure all
services are provided are in accordance with the terms and conditions
herein. Contractor shall provide a Point of Contact who shall be
responsible for the contractor on all matters relating to the daily
operation of the contract and provide contract monitor to review
contract work for defects, etc during and upon completion of required
work. The contractor will be furnished: a checklist of
software/hardware installation: a list of computers to receive
installations by serial number and location; installation instruction
sheets for software and one set of diskettes when applicable; hardware
boards/chips to be installed; use of three 1GB hard drives may be
authorized to aid in software installations. (vii) Performance shall be
accomplished during standard working hours 0715 through 1630 Monday
through JFriday, excluding the 10 official Federal Holidays. Date of
Delivery: NLT 30 days after award; Place of Delivery/Acceptance Points:
B/3301, B3, and B/2101 Tinker AFB, OK 73145. Government Inspection and
Acceptance of services will be performed by an appointed Contract
Monitor. (viii) FAR 52.212-1, Instuction to offerors applies. (ix) FAR
52.212-2 Evaluation--Commercial Items. (a) Price, and Price related
factors applies. (x) Offerors shall include a completed copy of FAR
52.212-3, Offeror Representations and Certifications- -Commercial Items
with their offer. (xi) FAR 52.212-4 Contract Terms and Conditions
applies to this acquisition. Addendum to this clause includes, FAR
28.306(b) Required Insurance, DFAR 252.212.7000 Offeror Representations
and Certification--Commercial Items, DFAR 252.212.7001 Contract Terms
and Conditions Required toImplement Statues or Executive Orders
Applicable to Defense Acquisitions of Commercial Items: DFAR
252.225-7001, Buy American Act and Balance of Payment Program: DFAR
252.225-7007 Trade Agreement Act. US Department of Labor Wage
Determination No: 94-2431. (xii) FAR 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive
Order--Commerical Items applies to this acquisition. The following
additional FAR clauses cited in FAR 52.212-5 apply; 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
1, 52.2203-10 Price or Fee Adjustment for Illegal or Improper Activity,
52.219-9 Utilization of Small Business Concerns and Small Disadvantaged
Business Concerns, 52.219-14 Limitation on Subcontracting, 52.222-26
Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled
and Vietnam Era Veterans, 52.222-36 Affirnative Action for Handicapped
Workers, 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, 52.222-41 Service Contract Act of 1965, as
amended, 52.222-42 Statement of Equivalent Rates for Federal Hires.
(xiii) Standard Commercial Warranty of Services applies. (xiv) The
Defense Priorities and Allocation System (DPAS) assigned rating is DO
S10. (xv) CBD Numbered Note 1 applies. (xvi) Offerors are due on 30 Apr
96 at 16:00 CDST at Tinker Air Force Base OK 73145. (xvii) Send all
offers to OC- ALC/PKOES/Carol Wanish/7858 5th Street/Tinker AFB OK
73145-9106/(405)739- 3514/FAX (405)739-7421. Ajll qualified sources may
submit a written offer which shall be considered. No telephonic offers
will be considered. Only written responsis received by mail or FAX
directly from the offeror no later than 30 Apr 96, 1600 CDST. The
approximate issue/response date will be 11 Apr 96. The anticipated
award date will be 29 Apr 96. Written procedure will be used for this
solicitation. No telephone requests. Only written or faxed requests
received directly from the requestor are acceptable. All responsible
sources solicited may submit a bid, proposal, or quotation which shall
be considered. Note: An Ombudsman has been appointed to hear concerns
from offerors or potential Offerors during the proposal development
phase of this acquisition. The purpose of the Ombudsman is not to
diminish the authority of the program director or contracting officer,
but to communicate contractor concerns, issues, disagreements, and
recommendations to the appropriate government personnel. When
requested, the Ombudsman will maintain strict confidentiality as to
source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the source selection process. Interested
parties are invited to call the Ombudsman at (405) 736-3273. DO NOT
CALL THIS NUMBER FOR SOLICITATION REQUESTS. See Note (s) 1. (0103) Loren Data Corp. http://www.ld.com (SYN# 0034 19960415\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|