Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 21,1997 PSA#1807

General Services Administration, Office of Information Security (TI), Acquisition Management, 7th and D Streets, SW., Washington, DC 20407-0001

70 -- GENERAL-PURPOSE AUTOMATIC DATA PROCESSING SUPPORT EQUIPMENT SOL TIM-A-97-011 POC Thomas C. Robel, (202) 708-7650, Contracting Officer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Proposal (RFP) under RFP #TIM-A-97-010B as a small business set aside. Item description, quantity, price, price extension, and delivery schedule must be included in all responses to this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-44. Contract Award will be made to the responsible offeror whose offer meets all aspects of this specification, on a "greatest value" basis. Offers must meet all of the requirements of this solicitation to be considered acceptable. CLIN 001: 29 each SIEMEN Model MD-21 L monitors or equal, for use in a very high resolution imagery system LAN. Mandatory Features: Monitors must be compatible with Government owned 64 bit Sun UltraSparc workstations, and 10-bit DACs in the video output circuitry. They must be Monochrome Grayscale, with Cathode Ray Tube (CRT) which must be Phosphor Type -- P45, Cadmium Free. Must have 21 inch landscape display with 1600 X 1200 addressability, have front panel brightness and contrast controls that can be software disabled for calibrated diagnostic applications, must have RS-232 interface port (to facilitate monitor setup), must have Anti-reflective, anti-static bonded faceplate with 27% total transmission glass, must have High Contrast -- (500 to 1 ratio), CRT focus must be static and dynamic, must have 16 internally stored formats, each include a full set of screen settings, auto selectable via RS-232 port, must have Raster Stability of less than .05 maximum jitter and swim, must have HV resolution of .2% maximum size change, must have high brightness -- CRT light luminance range of.1 to 175 foot lamberts (ftl) at front of screen; maximum luminosity of 175 fl @ lVp-p input; luminaces stability to 1% after 20 minute warmup, and remain constant day to day for 8 calendar weeks. Monitors must have ambient light sensors (Auto Contrast option to compensate for varying light levels), must use Dispenser Cathode type Dispenser/Gun System, Guaranteed tube life -- Mean Time Between Failure must be greater than 20,000 hours @85fl. Return freight to be paid by the supplier/manufacturer on all warranty work. Firmware must be guaranteed version 4.0 at the time of delivery, and is subject to physical verification for compatibility with existing systems and equipment. The Government shall be the sole determiner of its minimum needs. The criteria are of equal importance. Offerors must provide evidence in any written form of their status as a 3COM Advanced Solutions Provider, Regulatory Compliance -- must be in compliance with Safety: UL544, CSA,VDE 0875,IEC 601-1, DHHS; EMI: VDE 0871; Magnetic Radiation: MPR II: also CE and 9001 factory certification. Delivery shall be due via priority air freight (maximum 2 day air) within ten (10) calendar days after award, FOB Point: destination at Pearl Harbor, HI., not withstanding asterisked items, and acceptance within five (5) business days after delivery. The provisions at FAR 52.212-1, instructions to offerors- Commercial, applies to this solicitation. The provisions at FAR 52.212-2, Evaluation-Commercial Items, applies. Offers will be evaluated by the technical panel for adherence to the specification, terms and conditions outlined above, and award will be made on a greatest value basis. Offers must meet all of the requirements of this specification to be considered acceptable. Offerors must include a copy of the provision at FAR 52.212.3, Offeror Representations and Certifications-Commercial Items, with any offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies. In addition the following FAR clauses apply: 52.219-8, 5220303, 52.203-5, 52.225-3, 52.233-1, 52.249-1, 52249-8, 52.222.20, 52.243-1, and 52.246-2. Any and all written offers are due by 4:30 p.m. est, on April 3, 1997 at the following address: GSA, FTS, OIS, Acquisition Office (TIS-A) Room 5060 7th and D Sts., SW., Washington, DC 20407, ATTN: Mr. Thomas Robel. See Numbered Note 1. (0078)

Loren Data Corp. http://www.ld.com (SYN# 0333 19970321\70-0007.SOL)


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