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