|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 12,1996 PSA#1740General Services Administration, FTS, Ofc. of Info. Security,
Acquisitions (TISA), 7th & D Sts., SW., Rm 5060, Washington, DC
20407-0001 70 -- AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE) ... AND
SUPPORT EQUIPMENT SOL GSA-TISA-97-003 DUE 121096 POC Jon D. Faye, (202)
708-6099, Contracting Officer. The Office of Information Security
intends to procure commercially available hardware and firmware from
the lowest priced technically acceptable offer for the items defined
herein and under the terms described. The following 3COM commercial
items of equipment are required to augment existing systems currently
installed and using Firmware version 4.0. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format at FAR Subpart 12.6, as supplemented with additional
information included in this notice. The provisions at FAR Part
52.212-1, Instructions to Offerors -- Commercial, applies to this
acquisition. There are no addenda referred to in this solicitation.
This announcement constitutes the only solicitation; proposals are
being requested and a written solicitation will not be issued. This is
OIS Solicitation Number GSA-TISA-97-003 issued as a request for
proposal. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 96-37.
This solicitation is being conducted as a small business set aside. SIC
code 3669 applies. Quote price and price extension for each Item,
Description, and Quantity in your response to this CBD notice as no
further solicitation will issue. EQUIPMENT: 1st Delivery Priority: TWO
EACH of the following items: *Ethernet Management Module/Advanced
Version. 5101-MGTA, 3C95101M. *Ethernet Module, 4-Port, 10Base-FB,
5104M-FBP-ST, 3C95104M-FBP-ST. TWENTY EACH *Bank Switching, 24Port,
10BaseT Mod. 5124-M-TP 3C95124M-TP. 2nd Delivery Priority: TWO EACH of
the following items: 17-Slot Oncore Switching Chassis, 3C96017CH-AP.
12-Port Switched, 10Base-T, RJ-45, 3C96612M-TP. 7-Port Switched,
100Base-FX/TX Module, 3C96507M-FXTX. 10-Port Switched Ethernet to
Switched Fabric, ST Module (3C96610M-F). FOUR EACH of the following
items: 40-Port 10Base-T Dual Slot RJ-45 Ethernet Module,
(3C96140M-TPP). Load Sharing 415 Watt Power Supply, 3C96000PS-HO.
Ethernet Network Monitor Card (ENMC), 3C96100D-MGT. Oncore Advanced
DMM/Controller Module, 3C9600M-CMGT. Asterisk (*) items are required
for delivery within 10 days of order placement and on a priority
freight basis (maximum 2-day-air). All items shall be quoted on an
FOB-Destination basis for Delivery, Best way within 30-days of contract
award not with standing the asterisk items. The place of delivery will
be issued on the order as GSA, FTS, Ofc. of Info. Security (TIE), with
an attention line, POC and Phone number at, 7th & D Sts., SW; Room
6920; Washington, DC 20407. The Government will award a contract
resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. The following factors
shall be used to evaluate offers: A Technically qualified offer to
provide the above items occurs when, in addition to agreement to
delivery terms below, and when offeror considers the applicability of
FAR Part 52.212-2, Evaluation -- Commercial Items, offeror provides:
Proof in any reasonable form/format that their firm is an authorized
3COM Advanced Solutions Provider and a Local Vicinity Support provider
to the Reston, Virginia area. A clearly defined statement of the
delivery schedule is provided in the response for all items conforming
to the requirement. A written guarantee that all items provided will
be Firmware Version 4.0 at time of delivery is provided. (note:
Firmware Version 4.0 is required to be physically verified to comply
with this section and is required for compatibility to existing systems
and equipment.) The Government shall be the sole determiner of its
minimum needs. The criteria are of equal importance. Offerors are to
provide copies of their Representations and Certifications --
Commercial Items, with each offer per FAR Part 52.212-3. The Clause at
52.212-4, Contract Terms and Conditions -- Commercial Items, applies
to this acquisition and without addenda. Defense Priority Allocation
System (DPAS) does not apply to this contract. The clause at 52.212-5,
Contract Terms and Conditions Required to Implement Statutes Or
Executive Orders -- Commercial Items, applies to this acquisition as do
the following clauses incorporated by reference: 52.233-3, Protest
After Award (31 USC 3553 and 40 USC 759), and the contractor agrees to
comply with the following additional clauses, 52.203-6, Restrictions
on Subcontractor Sales to the Government, with Alternate I (41 USC 253g
& 10 USC 2402); 52.203-10, Price or Fee Adjustment for Illegal or
Improper Activity (41 USC 423); 52.219-8, Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns (15 USC 637(d) (2)
& (3)); 52.219-9, Small, Small Disadvantaged and Women-Owned Small
Business Subcontracting Plan (15 USC 637(d)(4)); 52.219-14, Limitation
on Subcontracting (15 USC 637(a)(14)); 52.222-35, Affirmative Action
for Special Disabled and Vietnam Era Veterans (38 USC 4212); 52.222-36,
Affirmative Action for Handicapped Workers (29 USC 793); 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era (38 USC 4212); 52.225-3 Buy America Act -- Supplies (41 USC
10); and 52.225-21, Buy America Act -- NAFTA Implementation ACT --
Balance of Payments Program (41 USC 10, Pub. L. 103-187). The
Government reserves the right to make award on receipt of initial
offers resulting solely from this notice and without discussions.
Contact, Jon D. Faye at (202) 708-6099 for questions. Fax offers,
twenty pages or less, to (202) 708-7027 no later than the deadline.
Written offers may be delivered to GSA, FTS, OIS (TISA); Attn. Jon D.
Faye; 7th & D Sts., SW; Room 5060; Washington, DC 20407, not later than
4:00 p.m. on the 15th day of the 1st appearance of this advertisement
in the CBD. See Numbered Note 1. (0345) Loren Data Corp. http://www.ld.com (SYN# 0236 19961212\70-0002.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|