Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,1997 PSA#1778

DIRECTORATE OF CONTRACTING, ATTN: STEAP-PR-C, BLDG 4118 SUSQUEHANNA BLVD, APG MD 21005-5001

70 -- INTEL PENTIUM COMPUTERS SOL DAAD05-97-B-0009 DUE 022797 POC Contract Specialist Julia S. Vincenti 410 278-0896 (Site Code DAAD05) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. DAAD05-97-B-0009 is hereby issued as an Invitation for Bids. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 91-11. The U.S. Army Garrison, Directorate of Contracting, Aberdeen Proving Ground, MD 21005-5001 has a requirement for the purchase of computers. The computers shall consist of the following minimum requirements: Item # 1) 100 each, 166MHz Intel Pentium CPU/ motherboard in mini-tower case with minimum of 200 watt supply; Motherboard shall support Intel Trion chipset; CMOS battery shall be removable (i.e., not soldered to motherboard); Minimum of 4 ISA and 3 PCI slots; minimum of four 72-Pin memory sockets; total of 32MB EDO RAM and 512KB cache installed; two 16550 uarts serial ports and one EPP/ECP parallel port; minimum of 1.6GB hard Drive with EIDE controller; one 3.5" (1.44MB) floppy drive; 8X EIDE CD-ROM drive; PCI SVGA video card with 2MB RAM; 104 key Windows 95 keyboard; Microsoft compatible mouse (2 or 3 button); Windows 95 operating system, CD full version. Note: configuration shall not include a monitor. All equipment supplied under this action shall be equipped with the energy sufficient low-power standby feature as defined by the EPA energy star computers program. The contractor shall warrant fault free processing of date related data (including, but not limited to calculating, comparing, and sequencing) by all hardware and software products, individually and in combination, from the date of contract award. Fault free performance shall include the manipulation of this date when dates are in the 20th and 21st centuries and shall be transparent to the user. Item #2) 75 each Option to purchase additional quantities of item #1 within one year after award of contract. Required delivery is 45 days ARO for item #1, and 45 days after the date of the contract modification to exercise the option quantity for item #2. F.O.B. Destination Aberdeen Proving Ground (Edgewood Area), MD 21010. Contractor is to state their delivery time ARO. The Standard Industrial Classification Code (SIC) that applies is 3571 with a small business size standard of 1000 employees. Award of this solicitation shall be made to the responsible offeror whose offer conforms to the solicitation and is low priced technically acceptable offeror. In order to be considered technically acceptable, the offer shall meet the requirement set forth above. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offeror is required to supply with their offer descriptive literature. The literature shall be identified to show the item(s) to be provided to meet the specifications outlined above. The descriptive literature will be used to establish techncial acceptability of the product. Failure of descriptive literature to show that the product(s) offered conforms(s) to the above specifications and other requirements of the invitation for bid will call for the determination of technically unacceptable bid. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Offerors are required to provide a current, published, standard commercial price list or catalog containing breakdown of prices with their offers to support their proposed prices. The following provisions and clauses apply to this acquisition: a. 52.212-1, Instructions to Offerors-Commercial Items. b. All offerors shall include with their proposal a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. c. 52.212-4, Contract Terms and Conditions-Commercial Items. d. 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, with the following: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423); 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports of Special Disabled Veterans andVeterans of the Vietnam Era (38 U.S.C. 4212). e. All offerors shall include with its proposal a completed copy of the clause 52.212-7000 Offeror Representations and Certifications -Commercial Items, with the following: 52.247-7023, Transportation of Supplies by Sea. f. 52.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items, with the following: 52.219-7006 Notice of Evaluation Preference for Small Disadvantaged Business Concerns; 52.225-7001 Buy American Act and Balance of Payment Program, 52.225-7012 Preference for Certain Domestic Commodities, 52.233-7000 Certification of Claims and Request for Adjustment or Relief, 52.247-7024 Notification of Transportation of Supplies by Sea. g. 52.233-4052 HQ, AMC-Level Protest Protest program Procedures. h. 52.225-7000 Buy American Act-Balance Program Certificate. i. 52.204-4109 Identification of ozone Depleting Substances. No Class I Ozone depleting substances (ODS) have been identified and approved for use under performance of any resultant contract/purchase order. j. 52.204-4110 Class I Ozone Depletion Substances. k. 52.217-7 Option for Increased Quantity Separately Priced Line Item. l. 52.243-7001 Pricing of Contract Modifications. Exemption certificate number 30005004 covers exemption from Maryland Retail Sales and use Tax. Include with your offer your DUNS number, tax number and Cage Code. Defense Priorities and Allocations System (DPAS) and assigned rating DOA70 applies to any resulting contract. Offers shall be clearly marked with the solicitation number and opening time and are due NOT LATER THAN 2:00 PM Local Time on 27 February 1997 at the following address: U.S. Army Garrison, Aberdeen Proving Ground, Directorate of Contracting, Building 4118 Room 130, ATTN: STEAP-PR-CT, Aberdeen Proving Ground, Maryland 21005-5001. Date shall be used as the basis for submitting an offer. All responsible sources may submit an offer which shall be considered by this agency. Julia S. Vincenti(410) 278-0896 is the point of contact for additional information and (0036)

Loren Data Corp. http://www.ld.com (SYN# 0348 19970207\70-0010.SOL)


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