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