Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1997 PSA#1925

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

74 -- LAN SYSTEM FOR A MULTIMEDIA GRAPHIC ART DEPARTMENT SOL N00244-97-Q-A905 DUE 091897 POC Bid Officer (619) 532-2690 or 2691 FAX (619) 532-1088 or 1089 WEB: Click here to obtain more information regarding FISC San Diego, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via e-mail, joan_balazs@fmso.navy.mil. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 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. The solicitation number for this Request for Quote is N00244-97-Q-A905. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 46. This solicitation is issued on an unrestricted basis, under Standard Industrial Code 3571 with a small business standard of 1,000 employees. FISC San Diego has a requirement to procure hardware and software to develop a LAN System for the Multimedia Graphic Art Department at Fleet Training Center in San Diego CA. The LAN System is to incorporate some of the existing equipment which is currently a mixture of stand-alone computers and network computers. The existing system is also experiencing problems. There are software inconsistencies which include but are not limited to lack of network for large graphic file transfers, lack of backup, and power drops. Contractor is expected to visit the site, survey the existing equipment and provide a proposal to upgrade the existing equipment and install additional new equipment to provide a state of the art LAN System. This graphic art multimedia department is the primary development site for a Navy Training Campus. This department supports the development of textbooks, training aids, instructional aids, interactive courseware for print and CD-ROM distribution. Publication media may exceed 11" x 17" size. A monthly duty cycle of 32 thousand impressions with the need for full color. The graphic art multimedia department must support a minimum student throughput of 32,000 students a year. A date and time for interested contractors to review the site and equipment has been set at 8:00 a.m. Tuesday September 15, 1997. P.O.C. is Cynthia Hilsinger @ (619) 556-8600. InterestedContractors should meet Cynthia Hilsinger at 3975 Norman Scott Road, Ste. 1 (Bldg. 3281, San Diego, CA 92136-5500. Due to the limited information provided in this announcement, a site visit is required to consider the Contractor responsive. Contractor's proposal should include a list of equipment, labor charges required to upgrade existing equipment and install, configure and train personnel on new equipment and software. After the Contractor has upgraded existing equipment and installed the new equipment the Lan System must be able to perform the following functions: 1. High end full color graphic and photo manipulation, 2. Text and color graphic scanning, capture, conversion and manipulation, 3. Read and write to CD-R media, 4. Full color and B/w laser printing at 6 ppm at, 5. 3-D rendering and manipulation, 6. Sound and video capture and editing, 7. Have reliable power, 8. handle various plain paper weights, various media, 9. Print to any peripheral, 10. Back up files, 11. High speed data transfer on the LAN, 12. Access the world wide web, 13. Receive and send fax, 14. Read/convert files to various formats, 15. Have large capacity storage and ram, 16. compliant with SCSI peripherals, 17. compliant with windows based technology, 18. Support several uses, 19. All equipment must be located in same temperature controlled room. 20. use Windows NT 4.X technology, 21. Manipulate files routinely in the 15MB -- 40MB range. 22. Be ergonomic and year 2000 compliant. Contractor is expected to honor all manufacturers' warranties and to provide an on-site service warranty of 1 year hardware, 2 years labor to ensure that the equipment provided will work with existing equipment and function efficiently. Contractor's response time should be no longer than (4) four business hours between 7:30 a.m. and 4:00 p.m. Monday through Friday. The contract will be awarded to the Contractor that provides a system that best meets the Government's needs with the best value. Required delivery is to Naval Training Center, San Diego, CA. 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 clauses: FAR 52.211 5, New Material; FAR 52.211 7, Other Than New Material, Residual Inventory, and Former Government Surplus Property. 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) completedas 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 Items 0001 through 0002. All responsible offerors are to submit current pricing, delivery time, payment terms, cage code, Duns/Bradstreet number, TIN, and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your companies products that meet the specifications. Quotes must be received no later than 3:00 PM, local time, 9/18/97 and will be accepted via fax (619-532-1088/9) Attn.: Joan Balazs. (0246)

Loren Data Corp. http://www.ld.com (SYN# 0352 19970908\74-0001.SOL)


74 - Office Machines, Text Processing Systems and Visible Record Equip Index Page