|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,1997 PSA#1778Department of the Treasury, Internal Revenue Service, 4050 Alpha Road,
Dallas, Texas 75244 70 -- OPTICAL WORM MEDIA SOL TIRMS-97-B-00023 DUE 022197 POC Contact
Yvette Terrell, Contract Specialist (972) 308-1989 or Linda Green,
Contracting Officer (972) 308-1999. This is a combined synopsis
/solicitation for commercial items prepared in accordance with the
format in 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. Solicitation number TIRMS-97-B-00023 is an Invitation
for Bids (IFB) incorporating FAR provisions and clauses in effect
through Federal Acquisition Circular (FAC) 90-42. The IRS will make
award to the responsible, responsive bidder whose bid conforms to this
solicitation and provides the lowest-evaluated price. The Standard
Industrial Classification (SIC) Code is 3695, the applicable size
standard is 1,000 employees. This procurement is unrestricted, all
responsible sources may submit a bid. The IRS intends to award an
Indefinite Quantity/Indefinite Delivery (ID/IQ) Requirements contract
for the base year of March 1, 1997, through February 28, 1998, with one
12 month optional period. Delivery orders for the required supplies
will be placed with the contractor by authorized Government personnel
and payment will be made using the Government Purchase Card
(I.M.P.A.C.). Contract Line Item Number (CLIN) 0001: (BASE YEAR
REQUIREMENT) Phillips Optical Worm Media, P/N LMSI LM-4000, 12 " 5.6 GB
(United Kingdom version ONLY), Quantity 160 Each. CLIN 0002: (OPTION
YEAR REQUIREMENT) Phillips Optical Worm Media, P/N LMSI LM-4000, 12"
5.6 GB (United Kingdom version ONLY), Quantity 160 EACH. The
Government's best estimate of the quantity that will be required during
the each contract year is approximately 160 Each. The Government's best
estimate of the overall minimum number of cartridges which will be
required during a given year is 75% of the total number. The best
estimate of the maximum number required during a given year is not more
than 25% over the total number. Delivery orders will normally be for a
quantity of not-to-exceed 35 each with required delivery 10 days from
the time the credit card order is placed. Delivery orders requiring an
expedited turn-around time may be placed in the case of a potential
work stopage. Emergency delivery orders will be for a quantity of
not-to-exceed 10 Each, with a required turn-around time of two to three
days. Bidders are instructed to provide a firm-fixed price for each
CLIN (base year and option year). In addition to price, bidders shall
include a complete description of the item offered, including part
number and place of manufacture. The Government will evaluate bids for
award purposes by adding the total price for the option year to the
total price for the base requirement. Evaluation of options shall not
obligate the Government to exercise the option. Bid prices shall be
F.O.B. Destination to the following two addresses: Internal Revenue
Service, Austin Service Center, 2021 E. Woodward Street, Austin, TX,
78741, Operations Branch, Mail Stop 6360AUSC, or, Internal Revenue
Service, Kansas City Service Center, 2306 E. Bannister Road, Kansas
City, MO, 64131, Information Systems Branch, Mail Stop 6056KCSC. The
provision at FAR 52.212-1, Instructions to Offerors-Commercial Items,
is incorporated in this solicitaiton. Addenda to FAR 52.212-1: Bidders
are reminded to submit signed and dated bids. The preferred form for
submitting bids is the Standard Form 1449. If this form is not used,
bidders are required to include a statement with their bids specifying
the extent of agreement with all terms, conditions, and provisions
included in this solicitation. Bids which fail to furnish the required
signature, statements, information, and Offeror Representations, or
which reject terms and/or conditions of this solicitation may not be
considered. The provision at FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items, is incorporated in this solicitation,
and BIDDERS SHALL INCLUDE A COMPLETED COPY OF THIS PROVISION WITH THEIR
BIDS. FAR clause 52.212-4, Contract Terms and Conditions-Commercial
Items, is incorporated in this solicitation. Addenda to FAR 52.212-4:
FAR clause 52.217-9, Option to Extend The Term of The Contract, is
applicable to this solicitation and contract. FAR clause 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items, is incorporated in this
solicitation. The additional FAR clauses cited in this clause which are
applicable to this acquisition are 52.203-6, 52.203-10, 52.219-8,
52.222-26, 52.222-35, 52.222-36, and 52.222-37. Original copies of
sealed bids must be received at the address indicated by 2:00 p.m. CST
on Friday, February 21, 1997. Submit sealed bids, clearly marked as
such on the outside of the package, to Internal Revenue Service,
Midstates Procurement Branch, Attention: Yvette Terrell, Contract
Specialist, M/C 1800MSRO, 4050 Alpha Road, 9th Floor, Dallas, Texas,
75244. All inquiries regarding this solicitation are due by COB,
Wednesday, February 12, 1997. Any question received after that date
will not be honored. All questions must be in writing and faxed to
Yvette Terrell at (972)308-1928. No telephone inquiries will be
accepted. (0036) Loren Data Corp. http://www.ld.com (SYN# 0349 19970207\70-0011.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|