Loren Data Corp.

'

 
 

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

Department 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