Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1996 PSA#1672

National Institute of Standards and Technology, Acquisition and Assistance Division, Bldg 301, Room B117, Gaithersburg, MD 20899

70 -- MID-RANGE WINDOWS NT SERVERS - 100% NT CERTIFIED EQUIPMENT SOL 53SBNB6C9301 DUE 091696 POC Diane Loeb (301) 975-6399, Sharon Farinholt (301) 975-6339 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is 53SBNB6C9301 and the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-33. The standard industrial classification (SIC) Code is 3577. NIST is interested in acquiring mid-range Windows NT Servers developed by a local systems integrator who supports Windows NT networking and CITRIX Winframe networking and will work closely with the NIST Technology Services Networking consultant who has designed the Technology Services Windows NT Network. Interested vendors shall be 100% NT CERTIFIABLE in order to be eligible for award. The Contract Line Item Numbers (CLINs) are as follows: CLIN 0001, Quantity - Two: PC Server with PENTIUM PRO 200 MHZ Processor, 256MB RAM, 4.3 GB Hard Drive with Adaptec SCSI-2, 1.44 MB Floppy Drive, 17'' SVGA Color Monitor with minimum .26 Dot Pitch and 1280x1024 Resolution, 2MB VRAM, Mouse, Keyboard, SCSI 8X Speed CD-ROM Drive, 3COM PCI 32-Bit EISA Network card, 4/16-GB DAT Tape Drive, 2 HR. RESPONSE ONSITE SRVC warranty for One Year. CLIN 0002, Quantity - One: PC Server with DUAL PENTIUM 200 MHZ Processors 256MB RAM, (Quantity Four) 4.3 GB Hard Drive with Adaptec SCSI-2 - Total 17.2 GB on this server, Extra HD Controllor--Adaptec 294OU PCI Busmastering Host Adapter, 1.44 MB Floppy Drive, 17'' SVGA Color Monitor with minimum .26 Dot Pitch and 1280x1024 Resolution, 2MB VRAM, Mouse, Keyboard, SCSI 8X Speed CD-ROM Drive 3COM PCI 32-Bit EISA Network card, 4/16-GB DAT Tape Drive, (Quantity Three) Adaptec 2740 EISA SCSI Twin Channel card (each to support up to 14 CDs), (Quantity six) CD-ROM Towers: TAC Systems 7-Drive SCSI Cabinets configured with 7, HOT-DOCKABLE, HOT-SWAPABLE minimum 6X Plextor CD-ROM drives with 256 KB cache, Add (Quantity three) individual Hot Swap Drives minimum 6X Caddy Drive Module f/Hot Swap Tower w/rails, connector (to serve as backups in the CD-ROM Towers when individual drives fail, so must work in TAC systems cabinet and be compatible with Plextor HOT SWAP DRIVES) Installed Software on this server: Microsoft SQL Server License - 1 server license. 2 HR. RESPONSE ONSITE SERVICE warranty for One Year. CLIN 0003, ADDITIONAL SOFTWARE: Microsoft SQL Server License V.6.01 Client License (qty 5). CLIN 0004, INSTALLED SOFTWARE ON ALL THREE SERVERS: CLIN 0004AA (Quantity three) Windows NT Server Version 4.0 and 10-client license - Diskettes & CD MINIMUM ACCEPTABLE: WINDOWS NT SERVER VERSION 3.51 AND 10-CLIENT LICENSE WITH GUARANTEED FREE UPGRADE ON CD AND DISKETTES; CLIN 0004AB (Quantity three) PC Anywhere/Host/Remote Pack. CLIN 0005 ACCESSORIES: CLIN 0005AA (Quantity three) Smart-UPS 2220 RM 2200 VA Line Int Lan 9.2 Full 27 half 8 outlets; CLIN 0005AB (Quantity thirty) HP 120 Meter 4mm DAT Tapes (5 pack); CLIN 0005AC (Quantity ten) Cleaner Tapes; CLIN 0005AD (Quantity five) JetDirect Printer Cards; CLIN 0005AE (Quantity twelve) SCSI-2 to SCSI Cables 4ft. Ext. SCSI-2 Cable; CLIN 0005AF (Quantity five) Stand-Alone CD-ROM Tower--Hardware with 7 Bays for minimum 6X Speed Plextor SCSI-2 CD-ROM Drives (MUST BE ABLE TO BE DAISY-CHAINED TOGETHER). The offeror shall provide one set of the most current version of user manuals and publications for all items provided under this contract. The offeror shall submit evidence of being 100% NT CERTIFIABLE AND CITRIX WINFRAME COMPATIBLE. ACCEPTABLE EVIDENCE OF CERTIFIABILITY: 1) Vendor's hardware shall be on either the hardcopy version of the Hardware Compatibility List (HCL) shipped with Microsoft NT, or shall be on the electronic version of the HCL maintained at URL http://www.microsoft.com., AND 2) Vendor shall provide written affidavit (with ful 100% money-back quarantee if not fully compatible) that the hardware is fully compatible with Citrix Winframe (based upon Microsoft NT 3.51) OR 3) Vendor shall provide written affidavit that the hardware is 100% Microsoft NT Compatible with full 100% money-back quarantee if not fully compatible with Microsoft NT 3.51, Microsoft NT 4.0 and Citrix Winframe (based upon Microsoft NT 3.51). The offeror shall include the same warranty terms offered to the general public in customary commercial practices. NIST requires delivery of the system FOB Destination Gaithersburg, MD within 30 days after award. Individual Servers and individual CD ROM Towers can be delivered as completed. The place of delivery is: NIST, Shipping and Receiving, Bldg 301, Gaithersburg, MD 20899. The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR provision 52.212-2, Evaluation - Commercial Items applies with the following specific evaluation criteria to be included in paragraph (a): (i) price, (ii) technical capability of the items offered to meet the Government requirement; and, (iii) past performance/experience. Evaluation of the specific evaluation criteria will be based on information submitted in response to this RFQ. It is recommended that information be included which demonstrates that the items offered meet all the requirements identified in this combined synopsis/solicitation. In addition, past performance/experience will be evaluated (include contact points, telephone numbers, and a description of the items). Information which merely offers to furnish an item in accordance with the requirements of the Government or does not address a requirement contained herein will be evaluated based on this information or lack of information. Offerors are cautioned to submit quotes on the most favorable basis, since the Government may elect to make an award without further discussions or negotiations. Award shall be made to the offeror submitting the lowest priced technically acceptable offer. Offerors shall include completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 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 includes the following FAR clauses: FAR 52.222.26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Buy American Act-Supplies; FAR 52.225-18, European Community Sanctions for End Products; and, FAR 52.225-21, Buy American Act-NAPHTHA Implementation Act-Balance of Payments Program applies to this acquisition. Interested parties shall submit a quote and information pertaining to this requirement, which includes but should not be limited to, the 11 items outlined in FAR 52.212-1(b) and information which responds to the requirements set forth in this announcement, to NIST, Acquisition and Assistance Div., Bldg 301, Rm B117, Gaithersburg, MD 20899, ATTN: Diane Loeb, Solicitation No.: 53SBNB6C9301. Quotes and information pertaining to these requirements must be received by 3:00 p.m. EST September 16, 1996. Responses received at the address specified for the receipt of quotes and information after the exact time specified for receipt of offers will not be considered. For information regarding this solicitation contact Diane Loeb, Contract Specialist, telephone number (301)975-6399 or FAX (301)963-7732. (0243)

Loren Data Corp. http://www.ld.com (SYN# 0334 19960903\70-0002.SOL)


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