Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286

National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572

70 -- RACKMOUNT COMPUTE SERVER SOL 53SBNB960044 DUE 021999 POC Teresa A. Reefe, Contract Specialist, (301) 975-6364; Anita K. Tolliver, Contracting Officer (301) 975-6308 WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER 53SBNB960044 IS BEING ISSUED AS A REQUEST FOR QUOTATION (RFQ) USING SIMPLIFIED ACQUISITION PROCEDURES. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10. The SIC code for this acquisition is 3572 and the related small business size standard is 1,000 employees; however, this requirement is unrestricted. The National Institute of Standards and Technology (NIST) has a requirement for a Rackmount compute server for use in the Center for Neutron Research. This is a brand name or equal requirement which is meant to be descriptive, not restrictive.*****The Contract Line Item Numbers (CLIN), quantities, and unit issue are as follows: CLIN 0001, Rackmount slave nodes which shall include the following: a) Alpha LX, or equal Motherboard 21164a-600MHz CPU, 2MB 9ns L3 cache; b) 256 MB SDRAM, 10ns; c) 1.44mb floppy 6.5GB IDE disk RedHat, or equal 5.2 Linux inst+config; d) 3.5" rackmount case with 250W power supply; e) 10/100Mbit/s PCI ethernet network card; and f) S3, or equal PCI video 1MB dram, 11 each; CLIN 0002, Rackmount Master Node Ultra2 SCSI disk which shall include the following: a) Alpha LX, or equal Motherboard 21164a-600MHz CPU, 2MB 9ns L3 cache; b) 256 MB SDRAM, 10ns; c) Ultra2 Wide SCSI PCI controller, 4GB Ultra 2 Wide SCSI hard disk; d) Matrox Millenium II, or equal PCI video w/4 MB wram; e) 1.44mb floppy 32x IDE CDROM; e) 4U Rackmount case w/300 W power supply; f) 10/100Mbit/s PCI ethernet network card; g) Keyboard; and h) 3 button mouse, 1 each; CLIN 0003, Video/keyboard, mouse multiplexer, 16 ports, cables, 1 each; CLIN 0004, 3Com Superstack II, or equal 100 Mbit/s switch, 16 ports, network cables, 1 each; CLIN 0005, RedHat, or equal 5.2 Linux installation, configuration and testing, 1 lot.***** The Contractor shall provide microcomputers, including personal computers, monitors, and printers, to meet "EPA Energy Star" requirements for energy efficiency. They shall be equipped with the energy efficient low-power standby feature as defined by the EPA Energy Star computers program. This feature shall be activated when the equpment is shipped and shall be capable of entering and recovering from the low-power state unless the equipment meets Energy Star efficiency levels at all times. The vendor shall deliver and install all line items FOB Destination, no later than 2 weeks after purchase order award to NIST, Building 301, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. The provisions at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical acceptability of the items offered to meet the agency need; and 2) Past Performance. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (11) 52.222-21, (12) 52.222-26, (13) 52.222-35, (15) 52.222-37, (21)(ii) 52.225-21, 52.227-19, Commercial Computer Software-Restricted Rights, and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded from the NIST Web Page located at http://www.nist.gov/admin/od/contract/protest.htm. ******Year 2000 Warranty-Commercial Supply Item applies to this acquisition. The Contractor warrants that each hardware, software and firmware product delivered under this contract and listed below shall be able to accurately process date data (including, but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, including leap year calculations, when used in accordance with the product documentation provided by the contractor, provided that all listed or unlisted products (e.g. hardware, software, firmware) used in combination with such listed products properly exchange date data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or warranties contained in this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the Government under this warranty shall include repair or replacement of any listed product whose non-compliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. ******All offerors shall submit the following: 1) Three (3) copies of quotation which addresses CLIN 0001 through 0005; 2) Technical description and/or product literature -- this requirement is for brand name or equal, if submitting an equal product, please include with your quotation, detailed specifications of what is being proposed.; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) A list of two (2) contracts/purchase orders completed during the past three years for similar equipment with the following information: name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; and 6) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded from http://www.nist.gov/admin/od/contract/repcert.htm. ******All offers should be sent to the National Institute of Standards and Technology, Acquisition and Assistance Division, Attn: Teresa A. Reefe, Building 301, Room B117, 100 Bureau Drive, Stop 3572, Gaithersburg, MD 20899-3572. For information, call the POC identified above. Submission must be received by 3:00 p.m. local time on February 19, 1999. Faxed offers will not be accepted. Posted 02/11/99 (W-SN297378). (0042)

Loren Data Corp. http://www.ld.com (SYN# 0429 19990219\70-0005.SOL)


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