|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 10,1998 PSA#2048Fleet and Industrial Supply Center, Norfolk Washington Detachment 901
M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC
203 70 -- PERSONAL COMPUTER SYSTEMS SOL N00600-98-R-1669 DUE 032098 POC
For information, contact Thomas Weems at (202) 433-4184 or Colleen
Fannin at (202) 685-1276 (i) 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;
proposals are being requested and a written solicitation will not be
issued. (ii) This solicitation, numbered N00600-98-R-1669, is issued as
a Request for Proposal. (iii) The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-03 and Defense Acquisition Circular 91-12. (iv)
The standard industrial classification code is 3571 and the small
business size standard is 1,000 employees. This acquisition is 100%
small business set-aside. (v) A list of Contract Line Item Numbers
(CLINs) and their items are: CLIN 0001 -- Personal Computer Systems
with the following specifications (Quantity 173): Mother board with
Intel 440 XL chip set to accommodate up to 333MHz Intel Pentium II
CPU's with two ISA and four PCI slots, and one AGP slot. One parallel
port, two 9-pin COM ports and two universal serial BUS ports. Intel
Pentium II 300MHz with 512K cache, 64MB of SDRAM memory (expandable to
384MB), 3D VGA adapter with 4MB of SGRAM (Diamond),10/100 fast
Ethernet adapter (3COM) or 16/4 Token Ring adapter (Olicom where
required), 4.3GB (minimum) EIDE hard drive, 1.44 floppy drive, 24x CD
ROM, PCMCIA with two type II slots, 3D Direct Sound, 32 voice wave
table with speakers, Lockable Mid tower case with 250Watts power supply
and dual fan, 104key Windows 95 keyboard with PS2 type connector,
IntelliMouse with PS2 type connector (Microsoft), 17 inch color monitor
(ViewSonic G773), Microsoft Windows 95 or Microsoft NT 4.0 where
required. CLIN 0002 -- Shipment & Set-up/Installation of 40 units at
FISC Norfolk Naval Ship Yard (Virginia). CLIN 0003 -- Shipment &
Set-up/Installation of 65 units at FISC Washington DC Navy Yard. CLIN
0004 -- Shipment & Set-up/Installation of 20 units at FISC Pearl Harbor
Naval Base, (Hawaii). CLIN 0005 -- Shipment & Set-up/Installation of 38
units at FISC Yokosuka Naval Base, (Japan). CLIN 0006 -- Shipment &
Set-up/Installation of 10 units at FISC Detachment Sasebo Naval Base,
(Japan). (vi) SPECIFICATIONS -- The brand-name specified in the
Schedule is mandatory. All items must comply with Environmental
Protection Agency Energy Star requirements. The contractor will be
responsible for the installation, set-up and configuration of the
computers to properly operate under the current Automation of
Procurement and Accounting Data Entry System (APADE) environments
(Scorpions, SMB spool, and FastLan) as well as the soon to be activated
Standard Procurement System (SPS). The contractor will also be required
to provide a 180 day, next day response site warranty for the complete
installation. (vii) DELIVERY -- The contractor will ship the fully
assembled and configured computers FOB Destination. Acceptance will be
made at destination. The delivery schedule is as follows: CLIN 0002
within 30 days of contract award, CLIN 0003 within 40 days of contract
award, CLIN 0004 within 50 days of contract award, CLIN 0005 within 60
days of contract award, CLIN 0006 within 70 days of contract award.
(viii) FAR clause 52.212-1 applies to this acquisition. (ix) EVALUATION
-- FAR 52.212-2 applies to this acquisition. (a) The Government will
award a purchase order resulting from this solicitation/request for the
quotation to the responsible offeror whose quotation conforming to
solicitation will be most advantageous to the Government, price and
other factors considered. The following factors shall be used to
evaluate offers, (1) technical capability of the items offered to meet
the Government's requirements, (2) past performance of the offeror,
(3) price. The offeror shall submit a two page (maximum) summary
describing its past performance on Federal, State, and local
government, and private contracts and subcontracts of similar scope,
magnitude and complexity to that which is detailed in this RFQ. The
contracts shall have been performed, or are currently being performed,
within the last two (2) years. The offeror shall discuss no more than
three (3) contracts. The offeror shall supply the contract numbers for
these three contracts along with the name, phone number, and fax number
of a technical end-user for each contract. The submitted information
must specify whether the offeror was the prime contractor or the
subcontractor on the effort. (x) Offerors are to include a completed
copy of the FAR provision 52.212-3 and DFARS provision 252.212-7000
with its proposal. If a copy of these provisions is needed, please
contact the specialist listed herein. (xi) FAR 52.212-4 applies to this
acquisition and resulting contract. The following terms and conditions
are added as an addenda to this clause: TYPE OF CONTRACT. The
resulting contract will be a firm-fixed price type contract. STANDARD
COMMERCIAL WARRANTY. The contractor shall extend to the Government the
full coverage of any standard commercial warranty normally offered in
a similar commercial sale, provided such warranty does not waive the
Government's rights under the "Inspection" clause nor does it limit the
Government's rights with regard to the other terms and conditions of
this contract. In the event of a conflict, the terms and conditions of
the contract shall take precedence over the standard commercial
warranty. The standard commercial warranty period shall begin upon
delivery of the items listed in the Schedule. The offeror shall submit
a copy of its standard commercial warranty (if applicable) with its
offer. (xii) FAR clause 52.212-5 and DFARS clause 252.212-7001 apply to
this solicitation and resulting contract. FAR 52.212-5, paragraphs (a),
(b)(1), (b)(2), (b)(3), (b)(5), (b)(6), (b)(7), (b)(8), (b)(9), (d),
and (e) apply. DFARS 252.212-7001 incorporates by reference the
following DFARS clauses: 252.205-7000, 252.225-7012, 252.225-7036,
225.227-7015, 252.227-7037, 252.247-7024. (xiii) The following
additional contract terms apply to this acquisition: YEAR 2000
COMPLIANCE. All information technology (including both hardware and
software) delivered under this contract shall be "Year 2000 Compliant."
"Year 2000 Compliant" means that information technology accurately
processes date and time data (including, but not limited to,
calculating, comparing, and sequencing) from, into, and between the
twentieth and twenty-first centuries, and the years 1999 and 2000 and
leap year calculations. Furthermore, Year 2000 compliant information
technology shall accurately process date and time date when used in
combination with other information technology, if the other information
technology properly exchanges date and time data with it. (xiv) DPAS
rating is N/A. (xv) CBD note number 1 applies. (xvi) Proposals are due
20 MARCH 1998 at 2:00PM local time at the FISC Norfolk, Detachment
Washington Customer Service Center, 901 M Street, SE, Washington, DC
20374-5014. Proposals may alternately be faxed to the attention of Mr.
Thomas Weems at (202) 433-2401, however, the Government will not be
responsible for late proposals due to mechanical failures of the fax
machine or busy phone lines. A fax proposal will be counted timely if
the fax machine began receiving it prior to the deadline. (xvii) For
questions regarding this specific acquisition contact Mr. Thomas Weems,
at (202) 433-4184. Offerors MUST acquaint themselves with the NEW
regulations concerning Commercial Item acquisition contained at FAR
Subpart 12 and must ensure that all Representations and Certifications
are executed and returned as called for in this synopsis/solicitation.
(0065) Loren Data Corp. http://www.ld.com (SYN# 0417 19980310\70-0002.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|