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