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