|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1999 PSA#2404Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 70 -- COMPUTER EQUIPMENT OF VARIOUS TYPES SOL N00244-99-T-A986 DUE
081199 POC Joan Balazs FAX 619-532-2347 e-mail
joan_balazs@sd.fisc.navy.mil Phone 619-532-2892 WEB: Click here to
obtain more information regarding FISC, http://www.sd.fisc.navy.mil.
E-MAIL: Click here to contact the Contracting Officer via,
joan_balazs@sd.fisc.navy.mil. This is a combined
synopsis-/-solicitation for a commercial item prepared in accordance
with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and
THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation
number for this Request for Quotation is N00244-99-T-A986. This
solicitation and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-12. This solicitation is
issued on an unrestricted basis, under Standard Industrial Code 3571
with a small business standard of 1000 employees. FISC San Diego has a
requirement for the following items: CLIN 0001, PA-RISC 7200 CPU --
J210 or equal, Model A4278A, QTY three (3) each. CLIN 0002, 128 MB RAM
-- J20, Model S4208A or equal, QTY three (3) each. CLIN 0003, 64 MB
RAM -- Model 712 or equal, QTY two (2) each. CLIN 0004, 2-4 GB DAT 4-MM
Tape, Model C2954D or equal, QTY two (2) each. CLIN 0005, 4GB External
(SE-SCSI), Model A4356A or equal, QTY three (3) each. CLIN 0006, 4-8
GB DAT 4-MM tape, QTY Two (2) each. All equipment must be Y2K
compliant. Required delivery is to Point Mugu, California. Acceptance
shall be at destination. The following provision apply FAR 52.212-1,
Instructions to Offerors Commercial Items, Offers shall provide an
express warranty which at a minimum shall be the same warranty terms,
including offers of extended warranties, offered to the general public.
Express warranties shall be included in the contract. OFFERORS
MUSTCOMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISION WITH THEIR
PROPOSALS: FAR 52.212-3, Offeror Representation and certifications
Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions
Commercial Items, applies as well as the following addendum clauses;
FAR 52.211-5, New Material, FAR 52.211-7 Other than New Material,
Residual Inventory, and Former Government Surplus Property. The clause
at 52.212-5 Contract Terms and Conditions Required To Implement
Statues or Executive Orders Commercial Item applies with the following
applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity;
FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era, DFAR 252.204-7004 Required Central Contractor
Registration, applies to all solicitations issued on or after 6/1/98.
Lack of registration in the CCR database will make an offeror/quoter
ineligible for award. Please ensure compliance with this regulation
when submitting your quote. Call 1-888-227-2423 or on the Internet at
http://ccr.edi.disa.mil for more information. DFAR 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisition of Commercial Items,
applies with the following clauses applicable for paragraph (b), DFAR
252.225-7000 Buy American Act -- Balance of Payments Program
Certificate, DFAR 252.225-7001 Buy American Act and Balance of Payment
Program, and DFAR 252.225-7012 Preference for Certain Domestic
Commodities. The Government intends to make a single award to the
responsible Offeror whose offer is the most advantageous to the
Government considering price and price related factors. Provision
52.212-2 Evaluation Commercial Items applies with paragraph (a)
completed as follows: Award will be made to the Offeror that meets the
solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable the Offeror must
furnish product literature that demonstrates the products offered meet
all requirements stated in the above purchase descriptions for Line
Items 0001-0006. All responsible Offerors are to submit current
pricing, delivery time, payment terms, cage code, Dunn and Bradstreet
number, Tax Identification Number and all applicable specifications
regarding this solicitation. Also required are copies of applicable
commercially published price lists pertaining to your company's
products that meet the specifications. Quotes must be received no later
that 3:00 p.m. PST, 11 August 1999 and will be accepted via FAX
(619-532-2347) Attn: Joan Balazs Clause information can be downloaded
from the internet from the following addresses;
http://www.arnet.gov/far/ or
http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 08/04/99
(W-SN363092). (0216) Loren Data Corp. http://www.ld.com (SYN# 0413 19990806\70-0003.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|