Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6,1996 PSA#1674

Crane 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