|
COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1998 PSA#2091Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn
Station, Arlington, VA 22219-0244 58 -- COMMUNICATION, DETECTION AND COHERENT RADIATION EQUIPMENT SOL
S-OPRAQ-98-B-0095 DUE 052798 POC Gwendolyn Reid (703) 875-6049 WEB:
This is a combined synopsis/solicitation for commercial items, prepared
IAW the format in FAR Subpart 12.6, http:cbdnet.gpo.gov. 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; bids are being requested and a
written solicitation will not be issued. The solicitation, number
S-OPRAQ-98-B-0095, is issued as an invitation for bids (IFB). The
solicitation/contract will include all applicable provisions and
clauses in effect through FAC 97-4. Items to be acquired are brand name
or equal: CLIN 0001, 8 each, INMARSAT Voice/Fax/Data B Terminal with
following characteristics: APPLICATIONS: telephone ports: RJ11 jacks
that accept standard DTMP telephone at 16kbps, facsimile ports: RJ11
jacks for CCITT Group III at 9.6kbps, data port: D69 at 9.6kbps,
high-speed data port: RS-449 up to 64kbps (must be plug and play
capable for other modules). SPECIFICATIONS: IME Standard Terminal,
handset (backlit screen), RS-449 HSD module, cable from power supply to
handset, 4 Panel Antenna, tripod antenna stand, 100-M antenna cable
11mm, soft and hard cases for antenna, D-sub 9 pin connectors,
lightweight (35-45 lbs approx.), STU III compliant software, KIV-7
Encryption option. POWER: 90-264 VAC power supply with cable.
CAPABILITY: Voice/fax/high speed data, high speed internet access via
satellite, remote connection to corporate LAN, desktop video
conferencing and bridge field LAN to corporate LAN. An
operational/maintenance manual shall be provided with each terminal
delivered under the resultant contract. If there is a charge for the
operational/maintenance manuals, the offeror shall state a unit price
for a quantity of eight (8). Offerors shall provide an equipment
warranty with the same terms and conditions as that offered to other
customers with a minimum duration of one (1) year. Deliver F.O.B.
Destination to U.S. Department of State no later than 21 days after
contract award. FAR 52.212-1 -- Instructions to Offerors -- Commercial
Items, applies to this acquisition. The following factors shall be
used to evaluate offers: Evaluation will be based on (1) Technical (a)
Technical capability of the item offered to meet the Government
requirement (b) Past performance -- The offeror must provide one (1)
copy of a list of three (3) most recent commerical sources of supplier
information for the same or similar product . The offeror shall
provide a customer's name, address, and current telephone number of the
lead contractual and technical person.. This list is due by the date
established for receipt of bids. (c) Delivery Terms -- ability to meet
required delivery schedule and (2) Price. Factors are listed in their
relative order of importance. Offerors shall provide descriptive
literature, product specifications, warranty terms and conditions, and
one copy of owner's manual with maintenance procedures as part of the
bid. Offerors shall state in their bid whether they desire the return
of material submitted to the Department of State for evaluation
purposes. FAR clause 52.212-4 -- Contract Terms and Conditions --
Commercial Items, applies to this acquisition. The following FAR
clauses in paragraph (b) of FAR clause 52.212-5 -- Contract Terms and
Conditons Required to Implement Statutes or Executive Orders-commerical
items, will apply to the resultant contract: 52.203.6, 52.203-10,
52-219-8, 52.222.26, 52.222.35 (DOS Deviation), 52.222-36, 52.222-37,
and 52.225-9(3). DOSAR clauses 652.203-70 and 652.206-70 will also
apply, as well as the Arab League Boycott of Israel and Export
Administration Act clauses which are available from the Contracting
Officer pending inclusion in the DOSAR; in addition, offerors must
certify that they: (a) do not comply with Arab League boycott of the
State of Israel, by taking or knowingly agree to take any action with
respect to the boycott of Israel by the Arab League countries, which
Section 8(a) of the Export Administration Act of 1979, as amended [50
USC App 2407(a)] prohibits a U.S. person from taking, or (b)
discriminating in the award of subcontracts on the basis of religion.
All offerors must include a completed copy of FAR 52.212-3-Offeror
Representations and Certifications -- Commercial Items. SIC code is
3663 size standard is 1000 employees. Bid opening date is May 27, 1998
at 2:00 p.m. local time. The address that shall be used for all mailed
documents including registered documents (return receipt requested) and
special delivery document, is: U.S. Department of State,
A/LM/AQM/INF/TEL, P.O. Box 9115, Rosslyn Station, Arlington, VA 22219.
The address that shall be used for hand delivery, Express Mail,
Federal Express, is: U.S. Department of State, A/LM/AQM/INF/TEL, 1701
North Fort Myer Drive, 5th Floor, Room 528, Arlington, VA 22219. This
is a 100% small business set-aside. All responsible sources may submit
a bid which shall be considered. (0126) Loren Data Corp. http://www.ld.com (SYN# 0245 19980508\58-0010.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|