|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6,1996 PSA#1674Crane Division, Naval Surface Warfare Center, Code 1163W7, 300 Hwy 361,
Crane, IN 47522-5001 70 -- GENERAL PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT, SOFTWARE,
SUPPLIES, AND SUPPORT EQUIPMENT SOL N00164-96-Q-0453 DUE 092396 POC
Contact, Code 1163W7, Diane Pearson, 812-854-5201, FAX 812-854-1841;
Deborah Frick, Code 1163WF, Contracting Officer 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; quotes are being requested and a written
solicitation will not be issued. Solicitation Number N00164-96-Q-0453
is issued as a Request for Quotation. Solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 39 and Defense Acquisition Circular 91-10. This
action is for Workstations and Motherboards in accordance with
specifications. The Standard Industrial Classification Code is 3823.
The requirement is for Item 0001 - 30 each Engineering Workstations
(Barebones system) and must be all new equipment meeting the following
minimum requirements. An example of a motherboard meeting these specs
would be the Intel Atlantis (Advanced/AS) Pentium processor-based
baby-AT board- 1. Motherboard and CPU - A. CPU Minimum of 166 MHz Intel
Pentium CPU; B. Second Level Cache - 1. Minimum 256K Pipelined burst
Cache; C. PCI Chip Set - 1. Triton chipset; D. System Memory - 1.
Minimum of four 72-pin SIMM sockets, 2. Supporting Fast Page Mode or
EDO RAM; E. Built-in PCI IDE Controller - 1. Minimum of two independent
bus-mastering capable PCI IDE interfaces, 2. Supporting a minimum of 4
IDE devices, 3. Supporting PIO Mode 3 and Mode 4 devices; F. Built-in
Audio Support - 1. Sound Blaster Compatible; G. Built-in Enhanced I/O
- 1. Minimum of two high- speed 16550 compatible serial ports, 2.
Minimum one parallel port, 3. Standard floppy drive controller, 4.
Integrated 8042 compatible keyboard controller, 5. Integrated real time
clock; H. BIOS - 1. Flash EEPROM, BIOS; I. Expansion slots - 1. Minimum
of three PCI slots, two ISA slots, and 1 shared PCI or ISA slot; J.
External connectors - 1. Minimum of one standard AT-style keyboard
connector, 2. One standard 9-pin male connector configured as COM1, 3.
One standard 25-pin male connector configured as COM2, 4. One standard
25-pin IBM parallel prot configured as LPT1; K. Software compatibility
- 1. System must be capable of running DOS, Windows 3.1, and OS/2; L.
Energy-Saving Features - 1. System must be Energy Star compatible; II.
Installed Memory - 1. 64MB (using two 32MB 8x32 60ns EDO 72-pin SIMMS,
2. SIMMS must have tin leads; III. Case and Power Supply - 1. Full
size tower case, 2. Baby-AT form factor chasis, 3. Minimum of 5 exposed
half height 5.25 inch dive bays, 4. Minimum of two half height 3.5 inch
bays, 5. Full size power supply rated 250W or greater, 6 Pentium CPU
cooling fan; IV. Floppy Disc Drive - 1. One TEAC (or equal) 3.5 inch,
1.44MB floppy drive, 2. Drive should be installed in the uppermost
drive bay. Warranty - Minimum of 1 year. Item 0002 - 4 each Populated
motherboard (same specs as barebones system above but without case,
power supply and floppy drive). This will be a firm-fixed-price
contract and will be awarded utilizing Simplified Acquition Procedures.
The shipping terms will be F.O.B. destination, Naval Surface Warfare
Center, Crane IN, with inspection/acceptance at destination. Delivery
will be required 8 weeks after contract award. This procurement is
reserved for small business. FAR Clauses/Provisions 52.203-3
Gratuities, 52.212-1 Instructions to Offerors--Commercial Items,
52.212-4 Contract terms and Conditions--Commercial Items, 52.212-5
Contract Terms and Conditions Required to Implement Statues or
Executive Orders-- Commercial Items (incorporating FAR 52.222-35
Affirmative Action for Special Disabled and Vietnam Era Veterans,
52.222-36 Affirmative Action for Handicapped Workers, 52.222-37
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era, 52.225-3 Buy American Act-Supplies, 52.225-16 Buy American
Act-Supplies under European Community Agreement certificate, 52.225-17
Buy American Act-Supplies under European Community Agreement,
52.225-18 European Community Sanctions for End Products, 52.225-19
European Community Sanctions for Services, 52.225-21 Buy American
Act-North American Free Trade Agreement Implementation Act-Balance of
Payments Program), 52.219-14 Limitation on Subcontracting, and
252.227-7015 Technical Data-- Commercial Items apply to this
acquisition. Offerors responding to this announcement must provide the
information contained in 52.212-1, Instruction to Offerors--Commercial
Items and must include a completed copy of provision 52.212-3, Offeror
Representations and Certifications--Commercial Items. The offeror
should also provide its Commercial and Government Entity (CAGE) code,
Contractor Establishment code (DUNS Number) and Tax Identification
Number. If a change occurs in this requirement, only those offerors
that respond to this announcement within the required timeframe will be
provided any changes/amendments and considered for future discussions
and/or award. The written quotes and the above required information
must be received at this office on or before 23 September 1996 at 2:00
PM Central Time. Proposals may be sent to: Contracting Officer, Bldg.
3168 (Attn: Diane Pearson 1163W7) NAVSURFWARCENDIV, 300 Hwy. 361,
Crane IN 47522-5011. Facsimile quotes are acceptable (812-854- 1841).
All responsible sources may submit an offer which will be considered by
the agency. (0248) Loren Data Corp. http://www.ld.com (SYN# 0285 19960905\70-0004.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|