|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1998 PSA#2089National Imagery and Mapping Agency PCU, D-88, 4600 Sangamore Road,
Bethesda, MD 20816-5003 70 -- PROCURE TANGENT SCANNER AND SOFTWARE SOL NMA201-98-R-0002 POC
Bryan Bock, Contract Specialist (301) 227-5317, FAX (301)227-2218. Phil
McConnell, Contract Officer This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in subpart
Far 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 is NMA201-98-R-0002 and this solicitation is issued
as a request for proposal (RFP). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-04. The Standard Industrial Classification code
is 5045 and the business size is 500 employees. The National Imagery
and Mapping Agency wishes to procure the following (2) line items: CLIN
0001 -- 44" Tangent Scanner, 500 dpi (CCS44SF-500) (Qty 1), CLIN 0002
-- Tangent Software, T/Map, Spec compliant, Version 3. (Qty 4). Provide
brand name or equal. All commercially available supporting
documentation to the hardware and software shall be provided at no
additional cost. Delivery is expected to be FOB destination to NIMA St.
Louis 30 days after award of contract (AOC). Delivery shall be
accomplished between the hours of 0900 and 1400 local time exclusive of
Saturdays, Sundays, and federal holidays. The provision at 52.212-1,
Instruction for Offerors -- Commercial Items, applies to this
acquisition. Interested parties shall submit offers, which include the
11 items outlined in FAR 52.212-1(b). Provision at 52.212-2,
Evaluation -- Commercial Items, is hereby incorporated by reference.
The following factors shall be used to evaluate offers: technical
acceptability of brand name or equal and price. Award will be made to
that technically acceptable offer of the brand name or equal whose
price is lowest. Offerors are to include a competitive commercial price
list, a complete copy of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items, and the
provision at 252-212-7000, Offeror Representations and Certifications
-- Commercial Items, with the offer. In accordance with provision at
252.204-7001, Cage Code Reporting, Offeror is to provide CAGE code with
the offer. The offer is to include offeror's 9-digit Contractor
Establishment Code (CEC). The clause at 52.212-4, Contract Terms and
Conditions -- Commercial Items, is hereby incorporated by reference.
The clause at 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Order -- Commercial Items, is hereby
incorporated by reference (including: 52.222-3; 52.233-3; 52.203-6;
52.203-10; 52.219-8; 52.222-26; 52.222-35; 52.222-36; 52.222-37). The
clause at 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders applicable to Defense
Acquisitions of Commercial Items, is hereby incorporated by reference
(including: 252.225-7001; 252.225-7012; 252.225-7036; 252-227-7015;
252-233-7000). Offers are to be delivered to the National Imagery and
Mapping Agency address listed above, ATTN: Bryan Bock, no later than 15
days after date of CBD announcement, 3:00 P.M., local time. Facsimiles
will be accepted to facsimile number stated above. The offeror agrees
to hold the prices in its offer firm for 30 calendar days from the
date specified for receipt of offers, unless another time period is
specified. Multiple awards maybe awarded to support this effort.
(0124) Loren Data Corp. http://www.ld.com (SYN# 0376 19980506\70-0007.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|