Loren Data Corp.

'

 
 

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

U.S. Department of the Interior, Office of Surface Mining Reclamation and Enforcement, Three Parkway Center, Suite 300, Pittsburgh, PA 15220

70 -- IT HARDWARE SOL 143868-RFP97-12097 DUE 041497 POC Kathleen S. Oberle 412/937-2838 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement and only this announcement constitutes the solicitation for the required items. Proposals are hereby requested under RFP# 143868-RFP97-12097, a subsequent solicitation document will not be issued. The Office of Surface Mining Reclamation and Enforcement (OSMRE) intends to purchase, on a full and open competitive basis, personal computers. The necessary computers shall be manufactured to meet the basic configuration (Item 0001)detailed in this synopsis/solicitation and assembled in various configurations of the upgrade components (Items 0002,0003,0004 and 0005). Award of a firm fixed price, indefinite delivery indefinite quantity contract is contemplated. The ordering period is 6 months. The standard industrial classification code is 3571. Item 0001 is for personal computers (estimated quantity 120 each) with the basic configuration described below. All computers will be of uniform manufacture and model. All component parts, e.g., keyboards, monitors, hard drives, graphics cards, etc., will be of uniform manufacture and model. Basic configuration consists of the following: Physical: Desktop case (AT case); case must allow all ISA/PCI slots to be accessible; must provide a minimum of three front-accessible half-height drive bays and at least one internal bay. Processor: Pentium Pro 200Mhz (Intel); minimum internal 256K L2 secondary write-back cache. Motherboard: ISA/PCI architecture; flash BIOS; plug-and-Play BIOS; BIOS must support hard drives in excess of 2.1G; BIOS must be Year 2000 compliant; minimum performance index is to be ZD Business Winstone of 33 and ZD Business Graphics Winmark of 45; minimum of six (6) expansion bus slots, three (3) of which must be PCI slots (two PCI slots must be vacant); built onto the motherboard will be two serial ports (UART chips must be 16550), oneparallel port, primary and secondary EIDE controllers, and floppy drive controller; minimum of four SIMM sockets; minimum of one vacant DIMM socket. Memory: Minimum 32Mb EDO RAM; RAM is to be 60ns; configured with two (2) 16Mb SIMM modules and at least two SIMM sockets must be left vacant. Graphics Card: Minimum 2Mb memory which is capable of upgrade; minimum 64-bit PCI with 3-D acceleration; must be capable of 1024x768 resolution and 16-bit (high color) depth and have a refresh rate of at least 75Hz. Disks: Minimum 2G EIDE hard disk; access speed equal to or faster than 12ms; one (1) 3.5" 1.44Mb floppy drive. Ports: One (1) parallel, two (2) serial, one (1) keyboard (PS2), one (1) mouse (PS2). Input: 104-key keyboard (PS2), Microsoft mouse (PS2); Software: Windows 95 installed; include software on CD-ROM or diskette format; computers are to be fully configured under Windows 95 to recognize all installed hardware and use the latest Windows 95 drivers available from each appropriate manufacturer. Support: Minimum 3-year standard warranty on parts and labor; 24-hour live technical support; vendor must maintain a web site complete with support information and driver updates. Other: Equipment is to be Energy Star compliant and Year 2000 compliant. Equipment is to be compatible with Novell NetWare networks. Manuals and software (on diskette or CD-ROM) should be provided for diagnostics software and hardware components along with any associated drivers. Item 0002 is for an upgrade/change to the basic configuration described in Item 0001 (estimated quantity 70 each) and includes the following: Physical: Desktop case (AT case); case must allow all ISA/PCI slots to be accessible; must provide a minimum of three front-accessible half-height drive bays and at least one internal bay. Memory: Minimum 64Mb EDO RAM; RAM is to be 60ns; must be configured with two (2) 32Mb SIMM modules and at least two SIMM sockets must be left vacant. Graphics Card: Minimum 4Mb memory; minimum 64-bit PCI with 3-D acceleration; must be capable of 1024x768 resolution and 16-bit (high color) depth and have a refresh rate of at least 75Hz. CD-ROM: Minimum 12x. Multimedia: 16-bit Plug-and-Play sound card with FM synthesis; must be Sound Blaster Pro compatible; two (2) speakers with AC/DC adapter; microphone. Item 0003 is for an upgrade to the basic configuration described in Item 0001 (estimated quantity 50 each) and includes the following: CD-ROM: Minimum 12x. Item 0004 is for Monitor (estimated quantity 20 each): Minimum 15" with at least 13.9" viewable area as measured; minimum .27 dot pitch; must support 1024x768 resolution and 16-bit (high color) depth and have a refresh rate of at least 75Hz; Energy Star compliant. Item 0005 is for Monitor (estimated quantity 120 each): Minimum 17" with at least 15.9" viewable area as measured; minimum .27 dot pitch; must support 1024x768 resolution and 16-bit (high color) depth and have a refresh rate of at least 75Hz; Energy Star compliant. Item 0006 is for on-site service for one year (estimated quantity 120 each)at the location specified for delivery. Deliveries are required to various locations, including but not limited to, PA -- Pittsburgh, Johnstown, Harrisburg, Wilkes-Barre, KY -- Lexington, London, Pikeville, Madisonville, Ashland, WV -- Charleston, Morgantown, Beckley, OH -- Columbus, TN -- Knoxville and VA -- Big Stone Gap. Delivery will be required within 15 days after issuance of a delivery order. All proposals received shall specify FOB Destination, offers other than FOB Destination shall be ineligible for award. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items. The Government intends to make an award to the responsible offeror whose offer conforms to the minimum technical requirements and submits the lowest overall price. The following factors shall be used to evaluate offers: the ability to meet the minimum required specifications, past performance and price. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders. The following numbered subparagraphs under paragraph (b)under 52.212-5 shall apply: (1),(2),(3),(7),(8),(9),(10),(11)and (16). The incorporated provisions and clauses are those in effect through FAC 90-44. The Government reserves the right to require validation of the proposed configuration. The Government will evaluate the quality of the offeror's past performance. This evaluation is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the offer and other competitors to successfully meet the requirements of this solicitation. The offeror shall describe past performance on related or similar contracts held within the last five(5) years which are similar in scope, magnitude, and complexity to that which is detailed in the solicitation. Offerors who describe similar contracts shall provide a detailed explanation demonstrating the similarity of the contracts to the requirements of this solicitation. The Government will consider Termination for Default, delinquencies, failure to comply with specifications and/or SOW requirements, cost overruns, amount of rework and other information which reflects the overall quality of an offeror's past performance. Offeror shall provide the following information regarding past performance when responding to this synopsis/solicitation: Contract Number(s), Name and reference point of contact at federal, state, local Government, or commercial entity for which the contract was performed. Dollar value of the contract, detailed description of the work performed, Names of subcontractor(s) used, if any, and a description of the extent of work performed by subcontractor(s), and number and type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources, including sources outside the Government. Offerors lacking relevant past performance history will receive a neutral rating for past performance. The proposal of an offeror with no relevant past performance history, while rated neutral for past performance, may not represent the most advantageous proposal to the Government and may be an unsuccessful proposal when compared to the proposals of other offerors. Offerors must provide the information requested above for past performance evaluation or affirmatively state that they possess no relevant related or similar past performance. Offerors failing to provide the past performance information or to assert that it has no relevant related or similar past performance will be considered ineligible for award. Award shall be made to the eligible, responsible offeror whose offer, conforming to the solicitation, is determined most advantageous to the Government, price and past performance considered. The evaluation will consider technical specification and past performance more important than price. The Government reserves the right to award the contract to other than the lowest price offered. The Government intends to evaluate proposals and award a contract without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. At a minimum, vendors must provide this office: a price proposal on a SF 1449 or letterhead, following the instructions in 52.212-1, for the items requested showing unit price, extended price, past performance information, prompt payment terms, remittance address, and completed copies of FAR 52-212-3. Responses to this synopsis/solicitation are due by 3:00PM EST on April 14, 1997. All proposals shall be sent to OSMRE, to the attention of K.S. Oberle, referencing 143868-RFP97-12097. Faxed quotes will not be accepted. (0078)

Loren Data Corp. http://www.ld.com (SYN# 0339 19970321\70-0013.SOL)


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