Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1997 PSA#1862

U.S. Department of Commerce/National Oceanic and Atmospheric Administration/OFA/PGAS/Contract Administration Branch -- OfA513, 1325 East West Highway -- Station 4301, Silver Spring, Maryland 20910-3283

70 -- GENERAL PURPOSE ADP SOL 52-AANE-7-08110 DUE 062697 POC Janet M. Hannah/Contract Specialist (301) 713-0839 ext 126; Aileen B. Redding/Contracting Officer 70 -- GENERAL PURPOSE ADP The U.S. Department of Commerce/National Oceanic and Atmospheric Administration (NOAA)/National Environmental Satellite Data and Information Services (NESDIS) intends to negotiate on a non-competitive basis with Silicon Graphics, Inc. of Mountain View, CA for the acquisition of workstations manufactured by Silicon Graphics. The SGI Unix-based workstations are being procured for the Satellite Services Division (SSD) requiring high performance input/output to meet operational deadlines for our new distributed network during the fourth quarter of 1997. The system will provide a needed increase in processing throughput and interactive analysis capabilities to personnel. The SGI system has one copy of the operating system and compiler with nodes and CPU's being a part of the one system, which will allow for a true symmetrical Multi Processor. This equipment will allow for near realtime production of satellite products. 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; a written solicitation will not be issued. Solicitation number 52-AANE-708110 is issued as a non-competitive RFP. The solicitation document and incorporated provisions and clauses are those in effect through FAR 12.603 Streamlined Solicitation for Commercial Items. The following items are being procured: CLIN 01/D3H640604/Origin2000 DS, 6XR 10K, 195HMz, 4MB Cache, 192MB Mem on 3 Node brds, 4.5GB sys disk, CDROM, IRIX for 6 CPUs; CLIN 02/Support for item 01; CLIN 03/OPN-64U128-1/(2)First 128MB Mem (one bank) for Origin2000, Origin200 (2-4 CPUs only) and Onyz2 Systems; CLIN 04/Support for item 03; CLIN 05/CR-64U128-1/(2)Credit for 64 to 128MB Memory Upgrade; CLIN 06/FTO-4GB/4.5GB SE Ultra SCSI System Disk for Origin2000 and Onyx2 systems; CLIN 07/P-S-9/9.1GB SE Ultra SCSI disk for Origin Vault, Origin and Onyx2 systems; CLIN 08/Support for item 07; CLIN 09/P-S-DDS2-1PC/4GB/8GB, SE F/N SCSI, int. 4mm DAT-DDS2 tape drive, one 5-1/4" bay in Origin Vault and Origin200 systems; CLIN 10/Support for item 09; CLIN 11/P-S-VAULT-DS/Tower Origin Vault, SE interface, no disk, for Origin and Onyx2 systems; CLIN 12/Support for item 11; CLIN 13/XT-SCSI-4P/4-port Ultra SCSIXIO card for Origin2000 and Onyx2 systems; CLIN 14/SC4-IRIX-6.4.1 Operating System software for Origin2000, Origin200, Onyx2 and OCTANE Systems; CLIN 15/SC4-F90.7.1 MIPSpro7 Fortran 90 (-n32 and -64 bit) Compiler for 1R1X6.4. Requires IDO (SC4-IDO-7.1); CLIN 16/Support for item 16; CLIN 17/SC4-IDO-7.1.1/IRIS Development Option with MIPSpro 7. C. complib (-n32 & -64) or IRIX 6.2-all 6.4 systems; CLIN 18/Support for item 17; CLIN 19/SC4-NFS-6-2/ONC3/NFS for IRIX 6.x, release 2 (supporting IRIX 6.2, 6.3 with 10000 and 6.4.1); CLIN 20/Support for item 19; CLIN 21/DK-LD1-001/Deskside destination kit for Origin2000 & Onyx2 systems, US/Canada 110V; CLIN 22/DK-SL1-001/Destination Kit for Single Tower Origin200, Origin Vault, US/Canada (110V); CLIN 23 MOS-CD/CD-ROM Update Media requirement -- For support Only; CLIN 24/W5-180P-2G32/O2 Workstation, 180 MHZ R5000PC, 32MB Mem, 2GB system disk, 17" Monitor (Soft windows not incl.); CLIN 25/Support for item 25; CLIN 26/MON-17/17" Multi-Scan Tilt-Swivel, color Stereo Monitor for New O2 systems; CLIN 27/PWR-NA/Power Kit -- North America; CLIN 28/KBA-US/02 Keyboard Kit-United States; and CLIN 29/MO5-CD/CD-ROM Update Media requirement -- For Support Only. A full-care extended warranty applies. FOB destination at U.S. Department of Commerce, NOAA Science Center, 5200 Auth Road, Room 510, Camp Springs, MD 20746. Provision 52.212-1 Instruction to Offerors-Commercial applies to this acquisition. Offerors are to include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. Clause 52.212-4 Contract Terms and Conditions- Commercial Items, applies to this acquisition; Clause 52.212-5contract terms and conditions required to implement statutes or executive orders- comemercial items, applies to this acquisition as follows: 52.203-6, restrictions on Subcontractor Sales to the Government; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-14, Limitation on Subcontracting; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action of Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act-Supplies; 52.233-3, Protest After Award. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be incorporated. Any source that believes that it can supply the required Silicon Graphic Workstations shall respond by submitting a written narrative statement of capability, including detailedtechnical information and other technical literature demonstrating the ability to meet the above requirement, within 15 days of this notice, to DOC/NOAA, 1305 East West Highway, SSMC4 Room 7604, Silver Spring, MD 20910. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. It is required that pricing data be included per line item as part of the response, including terms and conditions. Note 22. (0156)

Loren Data Corp. http://www.ld.com (SYN# 0305 19970609\70-0001.SOL)


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