Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1999 PSA#2391

National Imagery and Mapping Agency, PCU MS D-88, 4600 Sangamore Rd., Bethesda, MD 20816-5003

70 -- 70 HARDWARE DUAL MONITOR X STATIONS SOL NMA201-99-R-TOMC DUE 073099 POC Susan Larimer, Contract Specialist, 301-227-7849; FAX Number 301-227-5573 This is a combined synopsis/solicitation for commercial items/services prepared under FAR Subpart 12.6, as supplemented by additional information included in this notice. Simplified acquisition procedures shall be utilized. This solicitation and incorporated provisions are those in effect through FAC 97-11 and current Defense FAR Supplement. This announcement constitutes the only solicitation. A written solicitation will not be issued. Requirements are: Item 1: Eighteen (18) Dual monitor X stations each consisting of the following items/capabilities: minimum 64 Mb RAM (expandable to 256Mb); minimum 512Kb flash memory; dual display channels driving 1280 X 1024 minimum resolution each; dual network interface capability with 10Mhz and 10/100Mhz (BNC and RJ-45); two (2) 21" color monitors 1600 X 1200 85Hz or 1280 X 1024 100 Hz, non-interlaced with 28 Dot pitch, and RGB cables; "virtual" screen allowing continuous mouse/keyboard action across both monitors; 101 keyboard and 3 button PS/2 mouse; true X Station configuration (no internal disk); host software for IBM RS6000 running AIX 4.2 or 4.3, and X11R6 graphics; minimum of one year limited hardware warranty; single desktop type chassis. Item 2: Two (2) 21" Color Monitors as specified in item (1). Item 3: One set of display software for the X Stations hosted on the IBM RS6000 running AIX 4.2 or 4.3; supporting multiple video, virtual screen, multiple network interfaces and automatic host rollover, NFS, FTP, BOOTP, SNMP, IP, TCP, and X11R6 graphics. Item 4: Annual software support providing software updates and call in problem diagnoses and resolution for Item #3. Delivery is FOB destination to NIMA/SOEMG, 3838 Vogel Road, Arnold, MO 63030 within 30 days after award of contract. Offers agree to hold the prices firm for 60 calendar days from the date specified for receipt of offers. Offers are due to the Bethesda address by 30 July 1999, 1:00 P.M., local time; Attn: Susan Larimer, 301-227-7849 (voice)/301-227-5573 or 2218 (FAX). Facsimilies will be accepted. Interested parties should submit offers which include the 11 items outlined in FAR 52.212-1(b). Offers should include a competitive commercial price list and a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and the provision at DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial items. In accordance with the provision at 252.204-7001, Cage Code Reporting, offeror is to provide CAGE code with the offer. The provision at 52.212-2, Evaluation-Commercial Items, is hereby incorporated by reference. Provision 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certification is hereby incorporated by reference. The following factors shall be used to evaluate offers: technical acceptability of items, delivery and price. Award will be made to the offer that represents the best value to the government. Offeror will be ineligible for award if it is not registered in the Central Contractor Registry (CCR). The following clauses apply to this solicitation: FAR 52.212-1, FAR 52.212-4, FAR 52.212-5 (including 52.203-6, 52.219-4, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-18, 52.232-33), and DFARS 252.212-7001(including 252.219-7003, 252.225-7012, 252.225-7021, 252.225-7036, 252.227-7015, 252.243-7002). The following year 2000 Compliance clause is made part of this solicitation and any resulting contract: all Information Technology supplies or services delivered under this award or contract must be year 2000 compliant as defined at Federal Acquisition regulation 39.002. "Year 2000 compliant," as used in this part, means, with respect to information technology, that the information technology accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. Posted 07/16/99 (I-SN355395). (0197)

Loren Data Corp. http://www.ld.com (SYN# 0397 19990720\70-0011.SOL)


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