Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,1997 PSA#1870

General Services Administration, Information Technology Services, Fast Program (7TF), 819 Taylor St., Rm. 11A30, Fort Worth, TX 76102-6105

D -- INFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNICTIONS SERVICES SOL 7TF-97-0035 DUE 062797 POC Paulie J. Sosebee, Contracting Officer, 817-978-0001 17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.6, and FAR Part 15, 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!! 17(ii). Solicitation Number 7TF-97-0035 Request for Proposal!! 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46!! 17(iv). This is a full and open procurement under SIC 5045 Computers and Computer Peripheral Equipment and Software!! 17(v). Description: There are several contract line items, which are not optional: ITEMS LISTED 17(vi). Description: Womack Army Medical Center (WAMC) at Fort Bragg, NC requires custom configured personal and notebook computers, printers, training and installation services for its existing andnew facilities. The equipment, installation and training must be completed according to a Government provided schedule beginning on or about July 8, 1997, and ending December 5, 1997, at WAMC. The proposal must include all travel and miscellaneous materials required for completion. The following quantity/description is required: Desktop Computers: Quantity 950 minitower computers w/200 MHz Intel Pentium Pro processor w/64MB RAM, 2.1 GB EIDE hard drive, EIDE controller, 32 bit PCI EIDE controller on motherboard, 1.44 floppy, 16X IDE CD-ROM drive, Stealth 64 video w/4MB VRAM, keyboard, SB16 on motherboard, 10/100 combo ethernet card. The motherboard must be able to accommodate a 2nd processor using 2 ZIF (#8)sockets & support 8244FX, SMC FDC37C93X Ultra I/O chipset, support up to 256MB RAM, 1 ISA, 3PCI & 1 shared ISA/PCI SLOT. 17 inch flat square tube, non-interlace w/MM speakers. 5 year warranty with years, 1, 2, and 3 as on-site. Software applications listed below. Desktop Computers: Quantity 50 withsame specifications listed above in addition to a 2nd 200MHz pentium Pro Processor & 21" monitor rather than the 17" for the above listed configuration. Portable Computers: Quantity 50 portable 133MHz Mobile Pentium Processor, 64 bit PCI bus architecture w/support for 32 bit PC CardBus. 12.1" TFT SVGA display, lithium battery, removable 1.35 GB hard drive, 6X CD-ROM, 16MB RAM, 2MB Video RAM, 28.8Kbps fax modem, 2 slots for 2 Type II cards or 1 Type III card, Soundblaster 16-Bit audio w/2 int. speakers & microphone & 4 audio ports, MPEG video on motherboard & manual volume control knob, front & back infrared sensors, 1.44MB removable floppy drive. Software includes choice of Windows 94 or Windows for Workgroups 3.11, VirusScan, WebScan, Laplink, and Netscape Navigator. Required options: Docking station, battery pack, battery charger, AC adapter, 10/100 combo ethernet card, 3 button mouse, and 104 key external keyboard. Network Laser Printers: Quantity 100-24ppm, 600dpi, 32MB RAM, Ethernet & Localtalk interface, 100-sheet multi purpose tray, 2-500 sheet paper trays w/auto size sensing and duplexing. Contractor shall provide and install software as follows: 1,000 Microsoft Windows NT Workstation 4.0 w/LanDesk on CD; 1 Microsoft Exchange Server w/CD & License; 1,000 Microsoft Exchange Client access Licenses; 20 Microsoft NT BackOffice 2.5 with 1,000 licenses; 1 Microsoft NT BackOffice 2.5 Server Media w/license; 1 Lotus CC:Mail Mobile 7.0 for WIN95/NT; 150 SNA Gateway X License w/2 copies of media; 1,000 SNA Gateway for TCP/1P licenses w/add-ons for VT420 & VT340 text & graphics & 20 media; 300 Microsoft OfficePro 97 media & licenses for installation during system implementation; All software must include 1 year maintenance & 1 year telephone support. Support Services: Project Management, on-site installation, 1-Sr. Client/Servicer Applications Developer for up to 640 hours, 2-Network Telecom Technicians for up to 640 hours each to install & configure all equipment& software. On-Site Training: Must be performed by Authorized Technical Education Center using certified trainers and certified training materials. All classes to be provided for up to 12 people each. Classes to be available to start on or about July 9, 1997, and all classes to be completed on or about January 30, 1998. Classes: Course 803 quantity 3; Course 687, quantity 2; Course 689, Quantity 2; Course 688, quantity 1; Course 771, quantity 1; Course 867, quantity 1; Course 732, quantity 1. The contractor must provide and install 1 CD-ROM Data Disk Jukebox capable of holding and playing up to 150 CD's in the following formats; ISO 9660, XZ, CD-DA, CD-I, CD-I Bridge, Mixed mode, Photo-CD & CDI-Yamaha. Time delivery must be less than 7 seconds for a 600 Kb file and media exchange time of less than 4 seconds. Must have SCSI-2, RS232 and a separate SCSI-2 port for recorder robotics and an embedded network controller w/support for Novell 3.12 and 4.x networks and a GUI interface for software access.17(vii). Date of delivery is 3 days from receipt of award; Place of Delivery and Acceptance is: New Womack Army Medical Center Receiving Warehouse, Wellons Plaza -- 243 North Bragg Blvd., Spring Lake, NC 28305,, Attention Lorenzo Harrison, 910-432-2052. Technical Point of Contact, Major Richard L. Stepanek, 910-432-2052. FOB destination!! 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 1995) is hereby incorporated by reference.!! 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of the item offered to meet the Government requirement (b) Past Performance (see below) and (c) Delivery Terms -- ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's performance on previously awarded FAST delivery orders/contracts and/or contracts with other Government entities). The offeror must identify two Federal, state, or local government and private contracts or delivery/task orders for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.!! 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (AUG 1996), is hereby incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 1996), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract(b)(2)52.203-10, (b)(3)52.219-8,(b)(6)52.222-26,(b)(7)52.222-35,(b)(8)52.222-36,(b)(9)5 2.222-37,(b)(15)52.225-21.!! 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed-price definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Delivery no later than 3 days after receipt of order. Period of Performance is six (6) months from date of award!! 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated offers one original must be submitted to GSA, FAST, 7TF, 819 Taylor Street, Room 11A30, Fort Worth, TX 76102-6105, Attn: Paulie Sosebee, Contracting Officer at or before 4:30 p.m.(CST), June 27, 1997.!! 17(xvii). Contact Paulie Sosebee at 817/978-0001.!! **** (0168)

Loren Data Corp. http://www.ld.com (SYN# 0016 19970619\D-0003.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page