Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 16,1996 PSA#1574

Oc-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