Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1997 PSA#1904

Fleet & 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