Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1998 PSA#2037

Defense Special Weapons Agency, 6801 Telegraph Road, Alexandria, VA 22310-3398

70 -- COMPUTER EQUIPMENT SOL DSWA01-98-Q-0029 DUE 030598 POC Neil Gross, Negotiator, (703) 325-7658, Scott G. Morton, Contracting Officer, (703) 325-1200 This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation number is DSWA01-98-Q-0029 and is issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-02. The Standard Industrial Code (SIC) for this effort is 5045. The provisions at 52.212-1, Instruction to Offerors-Commercial, 52.215-34, Evaluation of Offers for Multiple Awards, and any addenda, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Items, is hereby incorporated with the following factors to be included in paragraph (a): Low responsive, responsible offeror. Offerors must include a completed copy of the provisions at 52.213-3, Offeror Representations and Certifications-Commercial Items, with the offer. The clause 52.212-4, Contract Terms and Conditions, and any addenda, apply to this acquisition. The clause 52.215-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. This acquisition is rated DX under the Defense Priorities and Allocations Systems. The following equipment shall be purchased as a BRAND NAME OR EQUAL acquisition. The pricing should address the contract line item numbers as follows: 0001 DESKTOP COMPUTER: Specifications, Desktop Pentium II 233 Mhz Computer: Windows NT with Cyrillic Fonts; 128 MB RAM; 512KB Secondary Cache; 4.0GB SCSI HDD, PCI Bus Master Ultra SCSI Adapter; 3.5" 1.44 FDD; 4MB PCI SVGA Card; 16X SCSI CD-ROM, internal lomega JAZ drive, EtherLink XL PCI COMB (REQUIRED: SERVICE, INSTALLATION) (Quantity 5), 0002 NOTEBOOK COMPUTER: Specifications, Pentium 133 Mhz MMX; Windows 95 with Cyrillic Fonts; 32MB RAM; 2.0GB HDD; 3.5" 1.44MB FDD; CD-ROM, Russian/Latin Keyboard; Microsoft Mouse, 115-230V, 50-60Hz AC Power Supply (REQUIRED: SERVICE) (Quantity 2), 0003 DESKTOP COMPUTER: Specifications, Desktop Pentium 166Mhz MMX; Windows 95 with Cyrillic Fonts; 64MB RAM; 2.0GB HDD; 3.5" 1.44MB FDD; CD-ROM; Video PCI SVGA 2MB; EtherLink XL PCI COMBO; Russian/Latin Keyboard; Microsoft Mouse; Minitower Case, 250W, 115-230V, 50-60Hz Power Supply (REQUIRED: SERVICE, INSTALLATION) (Quantity 2), 0004 MONITOR: Specifications, SVGA Color Monitor: 17" FST; 0.25 dp; Non-Interlaced; MRPII Compliant, 110-240V, 50-60Hz Power Supply (REQUIRED: SERVICE) (Quantity 2), 0005 MONITOR: Specifications, SVGA Color Monitor: 17" FST; 0.28 dp; Non-Interlaced; MRPII Compliant, 110-240V, 50-60Hz Power Supply (REQUIRED: SERVICE) (Quantity 2), 0006 MONITOR: Specifications, SVGA Color Monitor: 15" FST; 0.28 dp; Non-Interlaced; MRPII Compliant, 110-240V, 50-60Hz Power Supply (REQUIRED: SERVICE) (Quantity 3), 0007 PRINTER: Specifications, Epson Stylus 1500, 100-240V, 50-60Hz Power Supply (REQUIRED: SERVICE) (Quantity 1), 0008 PRINTER: Specifications, Okidata Okipage 4W, 100-240V, 50-60Hz Power Supply (REQUIRED: SERVICE) (Quantity 1), 0009 APC Smart-UPS 1400VA 3G; 230V, 50Hz (REQUIRED: SERVICE) (Quantity 1), 0010 Matrix-UPS 3000VA; 230V, 50Hz (REQUIRED: SERVICE) (Quantity 2), 0011 HP Color LaserJet 5M: 100-240V, 50-60Hz (REQUIRED: SERVICE) (Quantity 1), 0012 AGFA Photo 307 or Olympus C1400L Digital Camera (REQUIRED: SERVICE) (Quantity 1), 0013 Slide Fixture for ScanJet II cx Scanner (Quantity 1), 0014 JAZ Disks for JAZ Drives (Quantity 2), 0015 Toner-cartridge for HP Color LaserJet 5M (Quantity 1), 0016 Windows NT Upgrade for I-DEAS CAD/CAM System for PC Platform -- CAD/CAM Software for Product Development (REQUIRED: SERVICE, INSTALLATION, TRAINING) (Quantity 1), 0017 RISO Risograph GR 3750 A3 Digital Color Capable Copy Machine with Flat-Bed Scanner: Two Resolution Levels, Automatic Document Feeder, Collator, 3000-Sheet Paper Feed Tray, Paint Printing, Use Any Paper, 60-120 Pages/Minute, 290x412mm Paper Size, 50-200%Z(REQUIRED: SERVICE) (Quantity 1), 0018 RISO Risograph RA/GR Plotting Board for the GR3750 A3 (Quantity 1), 0019 RISO Risograph RIP300 PC Interface for the GR 3750 A3 (Quantity 1), 0020 RISO Risograph Materials for the Risograph GR3750 A3 Film, Paint, 0021 REXEL CB-3000 Brochure Maker: A4 Format, 220V, 50Hz (Quantity 1), 0022 Accessory Parts for Brochure-Maker, 0023 RAPID 101 Electric Stapler: Maximum 50 Sheets, 6-8mm Staple Length, Clamp Fixed, A3 Size Paper (Quantity 1), 0024 IDEAL 1036 Cutter (Quantity 1), 0025 REXEL LM 25, A3 Paper Size Laminator (Quantity 1), 0026 REXEL Film for REXEL LM 25 Laminator (Quantity 1), 0027 REXEL Spring for REXEL LM 25 Laminator (Quantity 1), 0028 Ingersoll Rand Air Compressor System: Reciprocating Compressor 2420N5: 5 HP, Three Phase, 230V, 50Hz, 2 Stage, Cast Iron 80 Gallon Vertical Receiver, Air Cooled, 250 PSI Maximum Discharge Pressure, 11kW Max., Totally Enclosed Beltguard, 17.0 CFM @ 125 PSI (REQUIRED: SERVICE, INSTALLATION, TRAINING) (Quantity 1). NLT 10 Days After Contract award (DAC) provide two (2) each hardcopy and two (2) each electronic copies on 3.5 inch floppy diskettes in either Microsoft Excel Version 5.0 format or ASCII of a complete Master Inventory List (see format below), inclusive of all training, documentation, component parts, spares, and consumables for all deliverables, for each and every shipment the supplier shall initiate under the provisions of this contract to the CTR Transportation and Logistics Support Project Manager, DSWA/PMRL, Alexandria, VA. The Master Inventory List shall consist of valued Item Number, Noun Name Description, Export Commodity Control Number (ECCN), Quantity of each item packed, Value of each item packed, Extended Value of the Line Item and the total value of each separate shipment. Thirty days prior to availability for shipping, the documentation shall include three sets of pictures for major pieces of equipment and all accountable property (such as computers, electronic, and other pilferable items). Pictures shall be labeledwith reference to the inventory list. This list shall also be provided for review by the cognizant DCMAO. Delivery of each separate shipment by the supplier shall not be accepted by the Government until the government representative verifies that all items checked on the Master Inventory List are included in the shipment as delivered. In the event the Contractor experiences problems, the Contractor shall identify the problem and recommend solutions to the DSWA Program Manager and Contracting Officer for final review and resolution. Each item of equipment, container, and pallet shall have packing lists attached to both the inside and outside of the container, or on a placard attached to each piece of non-containerized equipment, and shall be marked on the exterior with the following information: Each item of equipment, container, and pallet shall have packing lists attached to both the inside and outside of the container, or on a placard attached to each piece of non-containerized equipment, and shall be marked on the exterior with the following information: Packing List Number (e.g., box 1 of 10, 2 of 10, etc.), Contract or Purchase Order Number, Contractor's Name and Address, Name and Address of the Shipping Point, Gross Weight and Cube, Special Marking and Labeling (e.g., lift here, this end up, fragile, CG, etc.), FOR NUNN-LUGAR DEFENSE CONVERSION. OTHER INFORMATION: 1. One (1) copy of specifications shall be provided of each contract line item at time of bid submission. 2. One (1) copy of instruction, operation, and/or maintenance manuals in Russian or English shall be sent with each piece of equipment. In addition, two (2) copies of manuals shall be delivered to DSWA within 14 days of contract award. At least one (1) of the sets delivered to DSWA must be in English. 3. Unless otherwise noted, electrical devices shall be configured to operate on standard European/Russian power of 220V and 50Hz. 4. A minimum one (1) year equipment warranty shall be provided. 5. This award shall be made based on the price of the aforementioned Contract Line Items. However, where applicable, the bidders shall propose and cost: one (1) year of on-site service, installation and set up of equipment, and on-site training for Russian personnel at a location in Fryazino, Russia. 6. After delivery, all equipment shall be inspected by the CTR program manager for continental U.S. cargo, the cognizant DCMAO for European cargo, and a representative of DSWA for Russian cargo. Product acceptance will be evidenced on material inspection and receiving reports (DD Form 250). The contractor shall prepare the DD Form 250s for final signature as per DFARS, Appendix F. 7. All cargo shall be transported via the Defense Transportation System (DTS). Use of conveyance other than the DTS will not allow for proper documentation of the cargo and jeopardizes the CTR program compliance with the Implementing Agreements and DSWA Special Export License through the Bureau of Export Administration and U.S. State Department. In order to ensure timely transportation,the Contractor should contact the DSWA (PMRL) Transportation Manager at (703) 325-7119/facsimile (703) 325-7522 within 5 working days following contract award. A long lead time is required to coordinate export licensing and transportation planning. 8. Equipment shall be delivered to either of the three shipping points based on the location to the awardee: UNITED STATES: Excel Transportation Services, Executive Drive, Suite 119, Sterling, VA 20166, POC: Joe Schork, PH: (703) 351-7918; EUROPE: ECR Gordijn Logistics, Drutenstraat 7, CC Rotterdam, Havenrr 2225, PH: 31-10-49-40-571, Fax: 31-10-49-52-698; RUSSIA: ISTOK Audio International, Fryazino, Moscow Region, Russia, POC: Ivan Klimachev, PH: 095-465-8668, Fax: 095-465-8858. 9. OFFERS ARE DUE 1600 5 March 1998 ATTN: Mr. Neil O. Gross/AMB. 10. In case it may later be found necessary for the Contracting Officer to issue an amendment, offerors must provide written Address information to the Contract Negotiator, Neil Gross at FAX (703) 325-9295. The address information must be provided before the RFQ closing date, specifically, within four (4) days of CBD publication date. Information on DSWA solicitations, already released, can be obtained by calling the DSWA Hotline at (703) 325-1173. Acquisition Management has added "Procurement Opportunities" to the DSWA Home Page available on the World Wide Web. Information will include this synopsis and more. Please check us out at www.dswa.mil. Reference Synopsis No. 98-62 (0050)

Loren Data Corp. http://www.ld.com (SYN# 0335 19980223\70-0002.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page