Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8,1996 PSA#1654

Department of the Navy, NAWCAD, Contracts Competency Division, MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304

70 -- DESKTOP COMPUTER, COMPUTER WORKSTATION SOL N00421-96-Q-1098 DUE 082096 POC Theresa Newbold, Contract Specialist, (301) 342-1825 (ext. 113) Greg Denman, Contracting Officer, (301) 342-1825 (ext. 17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-96-Q-1098 is issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 90-37 and Defense Acquisition Circular 91-10. The contractor shall meet all of the requirements stated for CLINs 0001-0004 as follows: CLIN 0001, two (2) each NT Workstations with the following specifications: (A) General System: Operates on Standard U.S. 115V, single phase, 60 Hz power, FCC Class B Approved, Weight- less than 50 pounds not including monitor. Fully Windows 95/NT compatible, EPA Energy Star Compliant. (B) Tower Case: 4 externally accessible 5.25'' front openings minimum, and 1 3.5'' floppy drive opening, or five 5.25'' front openings minimum, 3 internal 3.5'' HD spaces minimum, swing open side for access, 200W minimum power supply. (C) Motherboard: 200 Mhz Intel Pentium Pro Processor, temperature controlled fan on heat sink for microprocessor installed, 64 Mbyte EDO RAM, 60 nSec, installed, 512K synchronous L2 cache minimum, Built in self configuring EIDE Interface Controller- supports a minimum of 4 hard drives, Built in Floppy Interface Controller- supports a minimum of 3 floppy devices, Built in high speed serial ports- QTY=2/ using 16550 UART/ 9 pin D male connectors, 1 Built in ECP/EPP compliant Parallel Ports, Built in PS/2 Mouse Port, Four 32 bit PCI slots minimum, Four standard EISA slots minimum. (D) Video Card: ATI Brand, Model: Graphics Pro Turbo PCI w/ 4Mbytes of RAM. (E) Hard Drive Controller, Adaptec PCI Ultra Wide SCSI III AHA-2940UW Kit. (F) Hard Drive:#1 Conner Filepro CPF2107W SCSI-2 UW, Hard Drive #2: Iomega SCSI JAZ Drive with two (2) 1 Gbyte drive cartridges per workstation. (G) Floppy Drive: 3.5'' 1.44 Mbyte floppy drive. (H) Monitor: 21'' Diagonal Monitor, Maximum NI Resolution: 1280x1024 at 75 Hz refresh rate or better, 0.26 Dot Pitch Density maximum, Capable of 16.6 million colors at 1280x1024, Backward compatible with VESA lower resolution standards, EPA Energy Star Compliant. (I) Mouse: Microsoft brand 2 button PS/2 mouse. (J) Software: Microsoft NT Workstation 3.51 or 4.0(if released) installed and configured ready to run/ Software on CD/ All Manuals, Microsoft Office 95 on CD. (K) CDROM Drive: Plextor 6x SCSI-II CDROM Drive. (L) Multimedia Specs: Creative Labs AEW32 Wavetable Sound Card with 2 Mbytes of RAM and speakers. (M) Keyboard: Standard 101 key PC keyboard with a minimum 6 foot cord. CLIN 0002, ten (10) each NERF Desktop PCs: (A) General System: Operate on Standard U.S. 115V, single phase, 60 Hz power, FCC Class B Approved, Weight-less than 50 pounds not including monitor, Fully Windows 3.11/95/NT compatible, EPA Energy Star Compliant. (B) Tower Case: 4 externally accessible 5.25'' front openings minimum, and 1 3.5'' floppy drive opening, or five 5.25'' front openings minimum, 3 internal 3.5'' HD spaces minimum, swing open side for access, 200W minimum power supply. (C) Motherboard: 133 Mhz Intel Pentium Processor or faster, temperature controlled fan on heat sink for microprocessor installed, 16 Mbyte EDO RAM, 60 nSec, installed,at least 2 empty SIMM sockets for memory expansion to 32Mbyte available on motherboard,512K synchronous L2 cache minimum, Built in self configuring EIDE Interface Controller- supports a minimum of 4 hard drives, Built in Floppy Interface Controller- supports a minimum of 3 floppy devices, Built in high speed serial ports- QTY=2, using 16550 UART/ 9 pin D male connectors, 1 Built in ECP/EPP compliant Parallel Ports, Built in PS/2 Mouse Port, Four 32 bit PCI slots minimum, Four standard ISA slots minimum, Plug-N-Play compatible bios. (D) Video Card: ATI Brand, Model: Graphics Pro Turbo PCI w/ 2Mbytes of RAM. (E) Hard Drive: 1.6 Gbyte EIDE minimum, (10mS maximum average seek time, minimum of 16.6Mbyte/sec transfer rate. (F) Floppy Drive: 3.5'' 1.44 Mbyte floppy drive. (G) Mouse: Microsoft brand 2 button PS/2 mouse. (H) CDROM Drive: 2x EIDE CDROM Drive or faster. (I) Keyboard: Standard 101 key PC keyboard with a minimum 6 foot cord. (J) Network Card: 3COM 3C595 Fast Eitherlink PCI 10/100 NIC (RJ45 jack). CLIN 0003, 1 each Pentium Notebook PC: (A) Architecture: PCI bus. (B) Processor: Intel Mobile Pentium 133 Mhz CPU. (C) Cache: L1:16KB/ L2:256KB pipelined burst cache. (D) RAM: 32 MB EDO (expandable to 48 MB). (E) Storage: 2ea 1GB removable floppy drive/ 3.5'', 1.44 MB, removalble floppy drive Modular 4X CD-ROM. (F) Keyboard: 84-keyboard with cursor control keys, embedded numeric key pad, 12 function keys. (G) Video: 11.3'' Active Color Matrix, 64 colors at 800x600 resolution/ 1 MB PCI graphics accelerator/ 75 Hz monitor refresh rate. (H) I/O Ports: Infrared port/ EPP/ECP parallel port/ RS-232C serial port/ PS/2 style mouse and keyboard connectors. (I) Power: Lithium ion battery pack (2 ea)/ AC adapter. (J) Pointing Device: Integrated Pointing Device. (K) Software Installed: Microsoft Windows 95/ Microsoft Office Professional 95. (K) Spares (Not to be installed): 1 each Hard Drive, removable - 1.2GB, 1 each Upgrade to 32 MB RAM, 1 each Lithium Ion Battery . This will be a firm-fixed price contract. The contractor shall deliver CLIN 0001 within 30 days after contract award, CLIN 0002 within 30 days after contract award, CLIN 0003 within 30 days after contract award, CLIN 0004 within 30 days after contract award to: Receiving Officer, Supply Department, Bldg. 665, M/S 31, Naval Air Station, Patuxent River, MD 20670-5304. Inspection and acceptance shall be made at destination. FAR 52.212-1 Instructions to Offerors -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation--Commercial Items (OCT 1995) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: an award shall be made to that responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price. Price shall be the deciding factor among technically acceptable quotes. To be technically acceptable, the offeror's technical quote must be evaluated as technically acceptable for each of the requirements listed above. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the quote. The price quote shall be evaluated on the overall lowest price to the Government. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial (OCT 1995) with its quote. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders -- Commercial Items (JAN 1996) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 52.212-5(b): 52.222-26 Equal Opportunity (E.O.11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-18 European Union Sanction for End Products (E.O. 12849). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications - Commercial Items (NOV 1995). DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV1995) is incorporated by reference, however, for paragraph (b) only The following clauses apply, 252.225-7001 Buy American Act and Balance of Payment Program, and 252.247-7024 Notification of Transportation of Supplies by Sea. This is a DO rated contract. This acquisition will be processed in accordance with the Simplified Acquisition Procedures. Offers are due to Mrs. Theresa Newbold, Code 2611TN, Contracts Projects Division, Mail Stop 32, Bldg. 588, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670 by 2:30 P.M. Eastern Standard Time 29 May 1996. FOR INFORMATION REGARDING THIS SOLICITATION CONTACT THERESA NEWBOLD CODE 2611TN at (301) 342-1825 ext. 113. For copies of FAR provision 52.212-3 and DFARS provision 252.212-7000, fax your request to Theresa Newbold, 301/342-1864 or 1847. The anticipated award date shall be on or before 30 September 1996. All responsible sources may submit a quote which shall be considered by the agency. (0219)

Loren Data Corp. http://www.ld.com (SYN# 0449 19960807\70-0001.SOL)


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