Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1999 PSA#2427

National Imagery and Mapping Agency, 4600 Sangamore Road, ATTN: PCO-E, Mail Stop D-5, Bethesda, MD 20816-5003

67 -- VIDEO TELECONFERNCE SYSTEM SOL NMA301-99-R-0589 DUE 091799 POC Rachel Glaros, Contract Specialist, (301) 227-1904, FAX (301) 227-4793 This announcement is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information in the notice. This announcement constitutes the only solicitation; PROPOSALS ARE BEING REQUESTED AND WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is NMA301-99-R-0589 and this solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. All responses from responsible sources received by the below due date will be considered. The National Imagery and Mapping Agency wishes to procure the following: CLIN 0001, 1 EA, a Video Teleconference System that enables connectivity via ISDN/ATM Lines, operates on 120V AC, allow use of Smartboard during operation in real time, 2 way audio and 2 way video; includes Smartboard (with rear projection with LCD projector, 72 inches, accept images from multiple sources) LCD projector capable of displaying resolutions from 640 X 480 X 1024 X 768 and up to 1280 X 1024; VHS VCR 4 head Hi Fi deck; 70X70 electric projection screen, matte white, Two (2) vented ceiling speakers; Wireless remote control operations; Commercial users guides and documentation; and Commercial standard warranty for a period of at least 1 year. CLIN 0002, 1 EA, Shipping, Installation and Training on operation and use of system and low level maintenance. Delivery is to be FOB Destination to NIMA College, 5855 21st St., Bldg 215, Ft. Belvoir, VA 22060. System shall be delivered and installed NLT 60 days after award of contract. Training shall occur within 10 days after completion of system installation at a time mutually agreeable to the Government and Contractor. The provision at 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition. Interested parties shall submit offerors which include the ll items outlined in FAR 52.212-1(b). The Government intends to evaluate offers andaward a contract without discussions with offerors. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Provision at 52.212-2 Evaluation-Commercial Items, is hereby incorporated by reference. The Government intends to award a contract to the responsible offeror, whose past performance is acceptable, whose offer conforms to the solicitation to satisfy the Government's need, and whose offer will be most advantageous to the Government cost or price considered. Offerors are to include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, and the provision at 252.225-7020, Trade Agreements Certificate with offer. In accordance with provision at 252-204-7001, Cage Code reporting, offer is to provide cage code with offer. The offer is to include oferror's 9-digit Data Universal Numbering System (DUNS) number. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items is hereby incorporated by reference (including 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33). The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including 252.225.7021) and the clause at 252.204-7004, Required Central Contractor Registration is hereby incorporated by reference. The agency template Year 2000 Compliance-Commercial Supply Items is incorporated in full text as follows: 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. Offers are to be delivered to the National Imagery and Mapping Agency listed above, ATTN: Rachel Glaros, or faxed to 301-227-4793, no later than 3:00 P.M., 17 September 1999. It is the responsibility of the bidder to confirm facsimile is received. Questions must be in writing and received via facsimile NLT 3:00 P.M., 14 September 1999. Posted 09/03/99 (I-SN376355). (0246)

Loren Data Corp. http://www.ld.com (SYN# 0287 19990908\67-0004.SOL)


67 - Photographic Equipment Index Page