|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1997 PSA#1904Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 70 -- HARSH ENVIRONMENT, INDUSTRIAL COMPUTER SYSTEM SOL
N00244-97-Q-A253 DUE 081997 POC Point of Contact is Bid Officer at
619-532-2690/2692; Gwen Young, Contracting Officer at 619-532-2890; FAX
619-532-1088/9 WEB: Click here to learn more about FISC San Diego and
additional contracting opportunities., http://www.sd.fisc.navy.mil.
E-MAIL: Click here to submit your quote or to contact the Contracting
Officer via e-mail., gwen_young@fmso.navy.mil. FISC San Diego is
announcing its intent to issue a directed sole source procurement to
Industrial Computer Source under authority of FAR 6.302. This
procurement is unrestricted; all responsible sources may submit an
offer. 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; quotes are being
requested and a SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED.
Solicitation number N00244-97-Q-A253 applies and is issued as a Request
For Quotation. This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
90-46 and Defense Acquisition Circular 91-11. The standard industrial
code is 3571 and the business size standard is 1,000 employees. The
agency need is for a harsh environment, industrial Pentium rack
computer system for use onboard Mark V boats. System must hold up to
high G-forces and moisture/oil-contaminated air. This requirement is
for a fixed priced contract for One (1) line items as follows. Line
Item 0001: Six (6) each Harsh Environment, Industrial Pentium Rack
System, as follows -- Completely integrated, industrial Pentium rack
system, comprised of the following features: ruggedized chassis made of
cold rolled steel; shock-mounted drive bays; 236 CFM of cooling
provided thru chassis; shock tested to 10g, 3 axis; vibration tested to
1.5g,axis; operates between 10-50 degrees Celsius; MTBF >50,000 POH
tested using MIL-HDBK-217E @30 degrees C.; backplane is 6 layer, 6 ISA
1 CPU 6 PCI slots and PICMG compliant; chassis colored medium gray;
dimensions are (w x h x d) 17 x 20.1 x 7 inches; system is CE compliant
as well as FCC Class B Subpart 15J; Pentium 200 Mhz processor with 256k
cache and 32 meg DRAM; 1 meg DRAM PCI video built on single board;
built in Adaptec fast wide SCSI controller; 1.44 floppy drive; 3.2gb
EIDE fast ATA 2 10.5ms access hard drive; 16x CD-ROM; NEMA4 keyboard
with built in, waterproof pointing device; Windows NT workstation
software installed, tested, and burned in for 48 hours; slide rails for
mounting chassis in rack; Waterproofing (keyboard) -- 20 deg C. to 70
deg C. operating; shock tested 50 G's at 11msec.; vibration test
20-2000hz mil-spd-202f; altitude 50,000 ft.; withstands 150 PSI direct
water pressure; submersible to 50 ft.; NEMA4 keyboard built-in,
waterproof pointing device; chassis with locking panel door and
Plexiglas panel to prevent moisture contamination. Air filtration --
236 CFM cooling providing pressurization preventing airborne
contaminants from entering chassis and drives; Connections -- two (2)
serial/two (2) parallel for RS232 connectors with 7-25 pin connectors;
AT/DIN for keyboard; 25-pin serial for transducers. Custom made for
boat configuration to allow for "plug and play". Input data -- GPS NEMA
183 and NEMA 186 data serial and parallel data; transducers 25-pin
serial data; compasses data switchable with GPS input. Delivery of all
items is required with scheduled deliveries over a 90-day period after
award of contract to be delivered FOB Destination to: FISC Site North
Island, Bldg 165 Center Bay, NAB Coronado, San Diego, CA 92155. Mark
for: R42221/Supply Officer, Special Boat Unit 12. Acceptance shall be
made at destination. The provision at FAR 52.212-1, Instructions to
Offerors Commercial Items applies. Addendum to FAR 52.212-1, Paragraph
(b)(5): Offers shall provide an express warranty which at a minimum
shall be the same warranty terms, including offers of extended
warranties, offered to the general public. Express warranties shall be
included in the contract. Offerors are required to complete and
include a copy of the following provisions with their proposals: FAR
52.212-3, Offeror Representation and Certifications Commercial Items.
Clause 52.212-4, Contract Terms and Conditions Commercial Items,
applies as well as the following addendum clause: FAR 52.211-5, New
Material. The clause at 52.212-5, Contract Terms and Conditions
Required To Implement Statutes or Executive Orders Commercial Items
applies with the following applicable clauses for paragraph (b): FAR
52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative
Action for Handicapped Workers; FAR 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era. DFARS
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items, applies with the following clauses applicable for
paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of
Payment Program; and DFARS 252.225-7012, Preference for Certain
Domestic Commodities. Any contract awarded as a result of this
solicitation will be a DO-rated order certified for national defense
use under the Defense Priorities and Allocations System. The government
intends to make a single award to the responsible offeror whose offer
is the most advantageous to the government considering price and price
related factors. Provision 52.212-2, Evaluation Commercial Items,
applies with paragraph (a) completed as follows: Award will be made to
the offeror that meets the solicitation's minimum criteria for
technical acceptability at the lowest price. To be determined
technically acceptable, the offeror must furnish product literature
that demonstrates the products offered meet all requirements stated in
the above purchase descriptions for Line Item 0001. Please ensure your
company's CAGE code, mailing and remittance addresses are reflected on
quote. Quotes must be received no later than 3:00 PM, local time,
081997, and will be accepted via fax (619-532-1088/9), via e-mail
(gwen_ young@fmso.navy.mil) ONLY. DO NOT mail. See Numbered Note(s) 13.
(0217) Loren Data Corp. http://www.ld.com (SYN# 0525 19970807\70-0012.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|