Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 10,1998 PSA#2048

Fleet 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