Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 31,1996 PSA#1648

Executive Office of the President, Office of Administration, Procurement Branch, 725 17th Street, NW, Room 5001, Washington, DC 20503

70 -- BAY NETWORKS/SYNOPTICS PRODUCTS AND SERVICES. Sol EOPOA-96-09. POC: Earl G. Wilkerson or Lynnae Roscoe 202-395-3314. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Proposals No. EOPOA-96-09. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-39. The SIC Code is 3577 and the size standard is 1000 employees. The Office of Administration intends to award a fixed-price contract for Bay Networks products and maintenance services. Offers shall be accepted on an ``All-or-None'' basis for each delivery location. All prices quoted shall be fixed price, F.O.B. destination. Delivery is required 30 days from date of award. Contractor shall deliver the following items to the Office of National Drug Control Policy, Tilman Dean, Room 701, 750 17th St. NW, Washington, DC 20506: CLIN 0001, Bay Networks 3314A Option 4 Advance Networks Management Module (p/n:3314A-04), Qty 3; CLIN 0002, Bay Networks 3314B Option 4 Basic Network Management Module (p/n:3314A-03), Qty 2; CLIN 0003, Bay Networks 515 Transceiver (p/n:515), Qty 1; CLIN 0004, Bay Networks 28115 10/100 MB Advance Workgroup Concentrator (p/n:28115R), Qty 6; CLIN 0005, Ethernet Host Module (p/n:3308A), Qty 7; CLIN 0006, Ethernet 10CMBS FOT (p/n:514), Qty 1. Contractor shall deliver the following items, to the EOPOA Warehouse, Washington Navy Yard, 1st & N Place SE; Bldg. 136, Washington, DC 20003, c/o Barbara Ferguson, OSTP: CLIN 0007, Bay Networks 28115 Lattis Switch (p/n:28115) Qty 1; CLIN 0008, Bay Networks Baystack 24 Port 10 BaseT Hub, (p/n CG1001E02), Qty 2; CLIN 0009, Bay Networks Baystack 12 Port 100 BaseT Hub (p/n AT2202001), Qty 5; CLIN 0010, Bay Networks Management Module for 100 BaseT Hub (p/n AT2207001), Qty 5; CLIN 0011, Hub to Hub Cable 100 BaseT (p/n AT0018001), Qty 3; CLIN 0012, Hub to Hub Cable 10 BaseT (p/n CG0018001), Qty 3; CLIN 0013, Optivity V6.0 Management Software for Windows-Windows 95 (p/n 636-03), Qty 1; CLIN 0014, Bay Networks 10 BaseT Advanced Management Module for 10T Baystack, (p/n: CG1007002), Qty 1; CLIN 0015, Annual maintenance for 28115 switch, same day fix with labor and unlimited phone support (p/n: BK2300030), Qty 1. Contractor shall delivery the following items to the United States Trade Representative, Lynn Draugelis, Rm. 116, 600 17th St. NW, Washington, DC 20503: CLIN 0016, Lattis Switch Model 28115/ADV 10/100 MB (pn: 28115R), CLIN 0017 Lab Burn-in, on-site installation and configuration and support for item in CLIN 0016, Qty 1. The provisions at 52.212-1, Instructions to Offerors - Commercial Items apply to this acquisition with the following addendum: Written offers shall include information on past performance, availability of products and capability to meet or improve upon delivery schedule, and capability to provide maintenance services with certified Bay Networks technicians. The provisions at 52.212-2, Evaluation - Commercial Items, apply to this acquisition with the following addendum: Offers will be evaluated in the following descending order of importance: cost, availability of products, capability to provide maintenance/services and past performance. Offeror shall include a completed copy of 52.212-3, Offeror Representations and Certifications - Commercial Items, and the Contractor Establishment Code (CEC) no. with its offer. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the following clauses under paragraph (b) apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concern and Small Disadvantage 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, Affirmative Action for Handicapped Workers; 52.222-37, Employment Report on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act - Supplies; 201-39.5202-3, Procurement Authority (FIRMR). (This acquisition is being conducted under the regulatory delegation of GSA's exclusive procurement authority for FIP resources and a specific DPA number is not applicable.) Any contract awarded as a result of this RFP will contain a clause prohibiting the contractor from referring to this contract in commercial advertising or similar promotions in such a manner as to state or imply that the product or service provided is endorsed of preferred by the White House, the Executive Office of the President, or any other element of the Federal Government or is considered by these entities to be superior to other products or service. Proposals must be submitted to the Office of Administration, Procurement Branch, 725 17th Street, NW, Room 5001, Washington, DC, by 2:00 p.m., EST, August 15, 1996. Hand carried proposals may be delivered and time stamped at Room G-1 at the above address. (207)

Loren Data Corp. http://www.ld.com (SYN# 0481 19960730\70-0001.SOL)


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