Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1998 PSA#2185

SPAWARSYSCEN Charleston, PO Box 190022, North Charleston, SC 29419-9022

70 -- GENERAL-PURPOSE INFORMATION TECHNOLOGY EQUIPMENT. SOL N65236-98-R-0479 DUE 092398 POC Frank D. Kmetz, Code 1116FK, (843) 974-5960, Contracting Officer: C. O. Walsh E-MAIL: SPAWARSYSCEN Charleston, kmetzf@spawar.navy.mil. The Space and Naval Systems Center-Charleston (SPAWARSYSCEN-Charleston) intends to negotiate and award a sole source contract to Digi-Trax Corporation, 1550 Barclay Boulevard, Buffalo Grove, IL 60089. Digi-Trax is the only known supplier with capability of providing the software upgrade to the SATO M8450 printer in accordance with the Joint Maritime Command Information System (JMCIS). 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 with this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N65236-98-R-0479 is being issued as a Request for Proposals (RFP). Only products approved by Space and Naval Warfare Systems Command (SPAWARSYSCOM) may be purchased for the JMCIS configuration. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05 and DAC 91-13. The Federal Supply Code (FSC) is 7030. The Standard Industrial Code (SIC) is 3577, with a small business standard of 1000 employees. The Contract Line Item Number(s) (CLINs), description (including required part number), and quantity for the subject procurement are as follows: CLIN 0001: Hema-Trax LPS v.4.0 upgrade for the DBSS project. CLIN 0002: ROM upgrade for Hema-Trax, P/N 1Z0203-48D7. The Type of Contract anticipated is a Firm Fixed Price type contract. Required delivery date is 01 February 1999. The quantity for each CLIN will be nineteen (19) each. Delivery shall be F.O.B. Destination to the following sites: [1] MAMC, Attn: Log Division-David Hopper, Fitzsimmons Drive, Bldg 9040, Tacoma, WA 98431, Qty: 3ea., [2] BAMC, Bldg 3600, Attn: LTC Dennis A. Stewart, 3851 Roder Brooke Dr., Ft. Sam Houston, TX 78234-6200, Qty: 2ea., [3] Material Branch, Bldg 161, Attn: Yvonne Yogi, Tripler AMC, HI 96859-5000, Qty: 2ea., [4] U.S. Army Hospital, Geb. 3767, 2 O.G. Ward 9D, Zm.21, Attn: SGT Jason Shanks, West Sixth Street, 66849 Landstuhl, Germany, Qty: 1ea., [5] Camp Memorial Blood Center, 192 Tank Bn Road, Bldg 1003, Attn: Sherri Hall, Ft. Knox, KY 40121, Qty: 3ea., [6] DDEAMC, Blood Bank, Bldg 300, Attn: Lt Jeffrey Richards, Ft. Gordon, GA 30905-5650, Qty: 1ea., [7] 121st General Hospital, Bldg 7005, Attn: MSG Gerald Knopp, Yongsan, Seoul, Korea, Qty: 1ea., [8] The Blood Bank Center, Bldg 4448, Attn: LTC Noel Webster, 72nd Street, Fort Hood, TX 76544-5063, Qty: 3ea., [9] PBO (Gregg Arthur, Rm 1-67, Bldg 7777, Attn: MAJ James Camp, 5005 N. Piedras St., El Paso, TX 79930-5001, Qty: 1ea., [10] Information Management Division, Womack Army Medical Center, Attn: CPT Emmett Gourdine, Ft. Bragg, NC 28307, Qty: 1ea., and [11] WRAMC, Bldg 2, Room 4921, Attn: SSG Howard Fair, 6825 16th St., NW, Washington, DC 20307, Qty: 1ea. Inspection and Acceptance shall be accomplished at destination by each receiving activity. Warranty shall be in accordance with FAR 12.404(b) and offerors are required to offer the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The provision of FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and is hereby incorporated by reference. Offerors shall include a completed copy of provisions FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, DFARS 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate,, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their offer. Additional FAR clauses which apply to the subject acquisition include FAR 52.204-6, Contractor Identification Number-Data Universal Numbering System (DUNS) number, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following FAR clausesapplicable: 52.203-6; 52.219-8; 52.219-14; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.247-64. Additional DFARS clauses which apply to the subject acquisition include DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, with the following DFARS clauses applicable: 252.205-7000; 252.225-7007; 252-225-7012; 252.227-7015; 252.227-7037; and 252.243-7002. Any additional contract requirements or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices will be incorporated. The Defense Priorities and Allocations System (DPAS) rating for this order is DO-A7. Award of the contract resulting from this solicitation will be made to the responsible offeror whose offer conforms with all requirements of the solicitation and whose proposal reflects the lowest cost or price. The Government reserves the right to eliminate from further consideration those proposals which are evaluated to be nonresponsive. A single award will be made on the proposed contract. To be eligible for award, offeror must provide the brand name and part number as specified above, along with pricing for the CLINs based on FOB Destination. Offerors must be registered in the Central Contractor Registration (CCR) prior to award. Signed and dated offers shall be submitted by 2 pm. Eastern Standard Time, 23 September 1998 as follows. Offerors shall provide an original and one copy of the offer, along with a cognizant point of contact with complete address, telephone number, and E-mail address, to SPAWARSYSCEN Charleston at one of the following three addresses (depending on method of delivery): 1) Mailed offers -- SPAWARSYSCEN Charleston, PO Box 190022, North Charleston, SC 29419-9022. M/F: Code 1116; 2) Express Mail/Common Carrier -- Receiving Officer, SPAWARSYSCEN Charleston, 1639 Avenue B North, North Charleston, SC 29405-1639, M/F: Code 1116-Contracts; or 3) Hand Carried -- SPAWARSYSCEN Charleston, Contracts Div. Bid Box, Bldg 3147, One Innovation Drive, Hanahan, SC. Questions for information regarding the solicitation should be directed to Frank D. Kmetz, Contract Negotiator at (843) 974-5960. Posted 09/18/98 (D-SN251851). (0261)

Loren Data Corp. http://www.ld.com (SYN# 0264 19980922\70-0007.SOL)


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