Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1996 PSA#1712

FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084

70 -- FIP HARDWARE SOL N00140-97-R-H153 DUE 111596 POC Lori DeBenedictis, Contract Negotiator, (215)697-9633. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement and only this announcement constitutes the solicitation for the required items. Proposals are hereby requested under RFP N00140-97-R-H153, a subsequent solicitation document will not be issued. FISC Det Phila intends to purchase, on a full and open competitive basis, personal computers. The necessary computers shall be manufactured to meet the basic configuration (Item 0001) detailed within this synopsis/ solicitation and assembled in various combinations of the upgrade components (Items 0002 through 0008). Award of a firm fixed price, indefinite delivery indefinite quantity contract is contemplated. The ordering period is 12 months. The standard industrial classification code is 3571. Item 0001 is for personal computers with the basic configuration as described below, estimated quantity 5,000 each. Basic configuration consists of the following: Processor: Pentium 133 MHZ, w/CPU Ball Bearing Fan. System Board: Triton Chipset, AMI Flash BIOS, PCI/ISA (3 PCI, 3 ISA, 1 PCI/ISA), 256 KB L2 Pipeline Burst Cache, ZIF Socket 7. System Memory: 32 MB EDO DRAM, using two 16 MB 72 pin 60 ns simms, upgradable to 128MB. Drive Controller: Onboard PCI Enhanced IDE (PIO mode 4, 2 channels, bus master), supporting 4 Hard Disk Drives/ATAPI Devices. Hard Drive: EIDE, 1 GB minimum formatted capacity, 3.5'' form. min. 5400 rpm, max. 10 ms access. Video Controller Card: PCI 64-bit, SVGA 1280 x 1024, 256 @75 Hz refresh rate, non-interlaced, 2 MB VRAM. Monitor: 17'' multisync monitor supporting 1280x1024, 256 colors @ 75Hz refresh rate, non-interlaced, .26 dot pitch, Digital Controls, DPMS Power Save, Dark face and non-glare surface. 1 parallel port w/ECP/EPP support, 2 serial ports w/16550 UART. Network Interface Card: PCI 10-Base-T (Twister Pair)/AUI. PCMCIA (PC-Card) Reader: 2 Type II slots/1 Type III slot, cards accessible from front of PC Floppy Disk Drive: 3.5'' High Density. Keyboard: 104 key enhanced soft touch keyboard. Pointing Device: Ergonomic, serial 2 button MS mouse. Case: Mini Tower Case with min. three 3.5'' external drive bays and three 5-1/4'' external drive bays, min. 200W power supply. Windows NT software 4.0 preloaded. Certification: FCC Certification Class ''B'', Energy Star compliant, System certified by manufacturer to operate with MS Windows NT, Versions 3.51 and 4.0. 1 Year Warranty. Item 0002 is for Memory Upgrade to 64MB, EDO RAM, estimated quantity of 2,500 each. Item 0003 is for Hard Drive Upgrade to 3.2 GB, estimated quantity of 2,500 each. Item 0004 is for Video VRAM Upgrade to 4 MB, estimated quantity of 1,000 each. Item 0005 is for Processor Upgrade to Intel Pentium 166MHz, estimated quantity of 2,500 each. Item 0006 is for Processor Upgrade to Intel Pentium 200Mhz, estimated quantity of 1,000 each. Item 0007 is for Network Interface Card Upgrade to PCI 10 Base T with RJ-45 Connector, estimated quantity 2,500 each. Item 0008 is for Upgrade to Include EIDE 8X CD-ROM, estimated quantity 4,500 each. Deliveries are required to the Norfolk, Pearl Harbor, Philadelphia, Portsmouth, and Puget Sound Naval Activities within fifteen (15) days after issuance of delivery order. All proposals received shall specify FOB Destination, offers other than FOB Destination shall be ineligible for award. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items: The Government intends to make an award to the responsible offeror whose offer conforms to the minimum technical requirements and submits the lowest overall price. The following factors shall be used to evaluate offers: price and past performance, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, and FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders: The following numbered subparagraphs under paragraph (b) of this apply: (1), (2), (3), (6), (7), (8), (9), (10), (11), (16) and (17) ''regulatory''/not applicable. The incorporated provisions and clauses are those in effect through FAC 90-37. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation are incorporated by reference: DFAR 252.212-7000 Offeror Representations and Certifications- Commercial Items, and DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: The following clauses referenced under paragraph (b) of this clause apply: 252.205-7000, 252.225-7001,252.225-7012 and 252.233-7000. The Government will evaluate the quality of the offerors' past performance. This evaluation is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the offeror and other competitors to successfully meet the requirements of the solicitation. The offeror shall describe past performance on related or similar contracts held within the last five (5) years which are similar in scope, magnitude, and complexity to that which is detailed in the solicitation. Offerors who describe similar contracts shall provide a detailed explanation demonstrating the similarity of the contracts to the requirements of this solicitation. The Government will consider Termination for Default, delinquencies, failure to comply with specifications and/or SOW requirements, cost overruns, amount of rework and any other information which reflects the overall quality of an offeror's past performance. Offeror shall provide the following information regarding past performance when responding to this synopsis/solicitation: Contract Number(s), Name and reference point of contact at federal, state, local Government or commercial entity for which the contract was performed, Dollar value of contract, Detailed description of work performed, Names of subcontractor(s) used, if any, and a description of the extent of work performed by subcontractor(s), and Number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources, including sources outside the Government. Offerors lacking relevant past performance history will receive a neutral rating for past performance. The proposal of an offeror with no relevant past performance history, while rated neutral for past performance, may not represent the most advantageous proposal to the Government and may be an unsuccessful proposal when compared to the proposals of other offerors. Offerors must provide the information requested above for past performance evaluation or affirmatively state that they possess no relevant related or similar past performance. Offerors failing to provide the past performance information or to assert that it has no relevant related or similar past performance will be considered ineligible for award. Award shall be made to the eligible, responsible offeror whose offer, conforming to the solicitation, is determined most advantageous to the Government, price and past performance considered. The evaluation will consider past performance more important than price. The Government reserves the right to award the contract to other than the lowest priced offeror. As a minimum, vendors must provide this office: a price proposal on letterhead or a SF1449 for the requested items showing unit price, extended price, past performance information, prompt payment terms, remittance address, and completed copies of FAR 52.212-3 and DFAR 252.212-7000. Responses to this solicitation are due by 4:00 PM EST on 15 Nov 1996. All offers shall be sent to FISC Det Phila, to the attention of Ms. K. Allen, referencing RFP N00140-97-R-H153. Faxed quotes shall be accepted at (215) 697-9739. (0303)

Loren Data Corp. http://www.ld.com (SYN# 0261 19961030\70-0001.SOL)


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