|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1996 PSA#1676Defense Mapping Agency PCA, D-88, 4600 Sangamore Road, Bethesda, MD
20816-5003 70 -- HARDWARE AND SOFTWARE UPGRADE SOL DMA100-96-5188 POC Angelo
Pappalardo, Contract Specialist (301) 227-2295, FAX (301)227-2218/5573
This is a combined synopsis/solicitation for commercial items prepared
in accordance with the format in subpart FAR 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; PROPOSALS ARE BEING REQUESTED AND A
WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is
DMA100-96-R-5188 and this solicitation is issued as a request for
proposal (RFP). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
90-39. The (SIC) standard industrial classification code is 3571 and
the business size is 500 employees. Defense Mapping Agency wishes to
procure the following fourteen (14) line items: CLIN 0001-Server Basic
Configuration Poweredge SP Dual Processor, Intel 133MHz P-5 Processor,
SCSI, w/1 MB VRAM (or equal) to include the following: A second Intel
133 MHz P-5 Processor, Memory, 128 MB, 2 SIMMS, Ultrascan 15'' Color
Monitor (or equal), Hard Drive, 4GB, SCSI, A second Hard Drive,
2GB,SCSI, External Cache, 256K Async Controller, PCI, SCSI Tape Backup,
4/8GB DAT, Network Adapter, 3 COM, ENET, PCI (or equal) System Mouse,
Keyboard, CD-ROM, SCSI, 6X, Window NT Operating System, FACTORY
INSTALLED (Qty 1), CLIN 0002 - Graphic/Mono Imagery Workstation-Basic
Configuration Optiplex GXMT, 133 Mhz, Int 3COM (or equal) to include
the following: Memory, 64MB RAM (EDO), Ultrasonic 21 TE Color Monitor
(or equal) Hard Drive, 2.1GB SCSI, Controller, PCI/SCSI, 2940, Cache,
256K PLB, Video Board, #9 Imagine, 4MB (or equal), Network Adapter,
3COM, 3C590, ENET, PCI (or equal), CD-ROM, SCSI, 6X, System Mouse,
Keyboard, Windows NT Operating System, FACTORY INSTALLED (Qty 6), CLIN
0003 - Calcomp DesignMate 3036S Plotter .0005 Resolution, 8 color (or
equal) (Qty 2), CLIN 0004 - Hewlett Packard Laser Jet 5N (Network)
Printer (or equal) (Qty 2), CLIN 0005 - Hewlett Packard 660C Color
Printer (or equal) (Qty 6), CLIN 0006 - GTCO Corp Super L II Digitizing
Table, 24 X36, accuracy + or - 0.010 Inch, resolution 0.001 Inch (or
equal) Part No. T12-2436SL2-N-x (Qty 2), CLIN 0007 - Color Flatbed
Scanner, (minimum resolution 250 lines per inch) (Qty 2), CLIN 0008 -
Support Software, CLIN 0009 - Microsoft Office Suite (Most Current)
(Qty 7), CLIN 0010 - MapInfo Pro (Ver 4.0) (Qty 7), CLIN 0011 -
MapBasic (Most Current) (Qty 1), CLIN 0012 - Norton Utilities (Most
Current) (Qty 7), CLIN 0013 - Netscape Navigator (Ver2.0) (Qty 7), CLIN
0014 - Transcend Enterprise Manager for Windows 4.1 (3COM) (Qty 1). All
commercially available supporting documentation to the hardware and
software shall be provided at no additional cost. All hardware/software
shall be capable of operating as one integrated system. Delivery is
expected to be FOB destination to DMA St. Louis and Bethesda, MD., four
weeks after award of contract (AOC). Delivery shall be accomplished
between the hours of 0900 and 1400 local time, exclusive of Saturdays,
Sundays, and federal holidays. The provision at 52.212-1, Instruction
to Offerors--Commercial Items, applies to this acquisition. Interested
parties shall submit offerors which include the 11 items outlined in
FAR 52.212-1(b). Provision at 52.212-2, Evaluation--Commercial Items,
is hereby incorporated by reference. The following factors shall be
used to evaluate offers: technical acceptability, including past
performance and price. Technical and past performance, when combined
will be used to determine acceptability of the offer. Award will be
made to that technically acceptable offer whose total price is lowest.
Offerors are to include a complete copy of the provision at 52.212-3,
Offeror Representations and Certifications-Commercial Items, and the
provision at 252-212-7000, Offeror Representations and
Certifications--Commercial Items, with the offer. In accordance with
provision at 252.204-7001, Cage Code Reporting, offeror is to provide
cage code with the offer. The offer is to include offeror s 9-digit
Contractor Establishment Code (CEC). The clause at 52.212-4, Contract
Terms and Conditions--Commercial Items, is hereby incorporated by
reference. The clause at 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Order--Commercial Items, is
hereby incorporated by reference (including: 52.222-3; 52.233-3;
52.203-6; 52.203-10; 52.219-8; 52.222-26; 52.222-35; 52.222-36;
52.222-37). The clause at 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders applicable to
Defense Acquisitions of Commercial Items, is hereby incorporated by
reference (including: 252.225-7001; 252.225-7012; 252.225-7036;
252-227-7015; 252-233-7000). Offers are to be delivered to the Defense
Mapping Agency address listed above, ATTN: Angelo Pappalardo, no later
than 15 days after date of CBD announcement, 3:00 P.M., local time.
Facsimiles will be accepted to the facsimile number(s) stated above.
Please call Mr. Angelo Pappalardo, on (301) 227-2235 to confirm receipt
of facsimiles. The offeror agrees to hold the prices in its offer firm
for 30 calendar days from the date specified for receipt of offers,
unless another time period is specified (0250) Loren Data Corp. http://www.ld.com (SYN# 0350 19960909\70-0002.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|