|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1999 PSA#2428General Services Administration, Federal Technology Service (FTS),
Technical Support Division (7TR/T-5), 819 Taylor Street, Room 14A02,
Fort Worth, TX, 76102 70 -- ACQUIRE EQUIPMENT FOR DISPATCH SYSTEM SOL 7TF-97-0027 DUE 091699
POC Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817)
978-4739, Email elaine.lacker@gsa.gov -- Elaine Lacker, Contracting
Officer, Phone (817) 978-6142, Fax (817) 978-4739, Email
elaine.lacker@gsa.gov WEB: Visit this URL for the latest information
about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=7TF-97-0027&L
ocID=319. E-MAIL: Elaine Lacker, elaine.lacker@gsa.gov. 17(i). This is
a combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, the test program in FAR
Subpart 13.5, and FAR Part 15, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued!! 17(ii). Solicitation Number
7TF-99-0027 Request for Proposal!! 17(iii). This solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-12!! 17(iv). This is a full and open
procurement under SIC 5045 Computers and Computer Peripheral Equipment
and Software!! 17(v). There are several contract requirement, which
are not optional: REQUIREMENTS LISTED UNDER 17(vi)!! 17(vi).
Description: The purpose of this Request for Proposal is to acquire the
following equipment. The required equipment is listed by manufacturer
(if known), description, part number (if known), and quantity: US
Robotics 33.6 Sportster Modem, P/N 609432, 1; APC Matrix-UPS
MX5000-5KVA battery backup, P/N 651011, 1; Seismic Anchor Kit (Model
80EX), P/N 96920, 1; Dual 4 Pr Cat 3 N/Pin Sta Loc Zone 2, P/N 0026A,
24; 8 Pin Modular-DB-15P Adapter, P/N 619635, 2; Fixed Speakers, 17;
PTT Handsets, P/N WS2402, 10; Contour LX Headset, P/N SHS 2050-02, 5;
25 ft. cable, P/N SPO5196-05, 2; Headset Handset Jack, 10; Handset
Hanger, 5; Toggle Switch for Remote maint Modem, 1; Remote Alarm Panel,
1; 200 ft. fiber cable, 5; Walket Opti-hanset PTT, P/N WS2433, 24; Read
Plastics, 10; Nice 48 Channel Recorder, 1; SIFA Radio Interfaces, 11;
SIFA Cabinet, 1; Zetron Model 260, 6; T1/Fiber Line Extenders, 6;
Connectors for Extenders, 6; Zetron Power, 6; 50 ft. Fiber Cable, 2;
100 ft. of 25 pair non-plenum inside cable, 1; 500 ft. of 25 pair
non-plenum inside cable, 1; 50 ft. of 25 pair non-plenum inside cable,
1; 66M type connecting blocks with brackets, 37; UPS Hardware Kit,
electrical cable, conduit, circuit breakers, distribution panel,
outlets from UPS to MUXs, TBT's, radio I/F equipment, and MAT, 1;
On/Off toggle switch (locking) for remote maintenance modem initiator,
5; Door release (toggle switch, non-locking, mounted in front panel of
all consoles for front and entry doors), 6; Grounding System including
copper buss bar, standoffs, lugs, ground wire, screws, etc, 1;
Lektro-Lok foot switches, 5; Eaton switches w/cover, 10; 800 ft. of
Surface Cable Raceway, 1; 1,000 ft. of 6 pair cable, 1; SMAK-6
Connectors with Brackets, 10; SMAK-8 Connectors, 5; Lot of Shelving for
Muxes and Fiber Boxes, 1; In-Line Amplifiers between trip and recorder,
10; Contact interface cable between Hicom motherboard and touchscreen,
10; 25 Pair Amphenol Connectors-Male/Female Set, 5; 200 ft. of Conduit
and Hangers for Cable Runs, 1; All the following items are manufactured
by Crenlo Inc. -- Panel, P/N PN-21-24, 33; 19" Panel for TST, P/N
PNA-965161-06, 6; Extended Writing Arm Side Panel, P/N SSP965243-00, 8;
Low Silhouette with 18.25" Writing Top, P/N SFR-965243-00, 18; Panel,
P/N PN-19, 6; Rear Panel for Turret, P/N PN-14LV, 18; Short Front Door,
P/N SSD-1519F-LH, 18; Side Panel-Turret-L, P/N SSP-70A-FL-LH, 4; Side
Panel-Turret-L, P/N SSP-70A-FL-RH, 4; Side Panel-L/R, P/N SSP-105A, 8;
Cradle Slide Assembly (Rolling Shelf), P/N CSA-25C, 30; Front/Rear
Door, Louvered, P/N SSD-2119F-LH-LV, 27; Laminate Bookshelf for 22"
frame, P/N BOX-965161-03, 9; Laminate Panel, P/N PN-15F, 18; Writing
Surface Custom, 1 Sq. Foot, P/N ROPT-965161-01, 39; Upper Keyboard
Shelf, P/N SN-975104-00, 18; Rear Door, P/N SSD-4219F-LV-LH, 27; Panel
Mount Front, P/N PN-3, 9; Rear Box Support, P/N PMA-21A, 9; Monitor
Panel-SGPE, P/N PN-975104-04, 18; Triangle Side Panel, P/N SP-98539400,
8; Monitor Panel-Low, P/N PN-985394-00, 12; Keyboard Tray-Low, P/N
SH-985394-00, 12; Low Silhouette Panel, P/N PN-965161-06, 6; 17(vii).
Date of delivery is no later than 10 days after receipt of contract.
Period of performance is no later than 10 days after receipt of
contract. Place of Delivery and Acceptance is: 72 CS/SCXP, 8500
Industrial Blvd., Tinker AFB, OK 73145-3302, Attn: Sgt. Richard Smith,
405-739-5184. FOB destination!! 17(viii). Solicitation provision at
FAR 52.212-1, Instructions to Offerors -- Commercial Items (JUN 1999)
is hereby incorporated by reference.!! 17(ix). The Government will
award a contract resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitation will be most
advantageous, representing the best value to the Government price and
other factors considered. The following factors shall be used to
evaluate offers: Evaluation will be based on (1) Technical (a)
Technical capability of the item offered to meet the Government
requirement (b) Past Performance (see below) and (c) Delivery Terms --
ability to meet required delivery schedule and (2) Price. Factors are
listed in their relative order of importance. Past performance will be
evaluated as follows: Evaluation of past performance shall be based on
information provided by the offeror (see below) and any other
information the Government may obtain by following up on the
information provided by the offeror and/or through other sources (i.e.,
offeror's performance on previously awarded FAST delivery
orders/contracts and/or contracts with other Government entities). The
offeror must identify two Federal, state, or local government and
private contracts or delivery/task orders for which the offeror has
performed work similar to the statement of work in this solicitation.
References should include the most recent contracts completed within
the last two years. The offeror shall provide a point of contact,
current telephone number and fax number for each contract. This list is
due by the date established for receipt of proposals. 17(x). Offeror's
are reminded to include a completed copy of the provision at 52.212-3,
Offeror Representations and Certifications -- Commercial Items (JUN
1999) with its offer.!! 17(xi). Clause 52.212-4, Contract Terms and
Conditions -- Commercial Items (MAY1999), is hereby incorporated by
reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
(MAY 1999), is hereby incorporated by reference. The following
paragraphs apply to this solicitation and any resultant contract
(b)(5)52.219-8, (b)(12)52.222-26, (b)(13)52.222-35, (b)(14)52.222-36,
(b)(15)52.222-37, (b)(15)52.225-3.!! 17(xiii). Additional Contract
Terms and Conditions applicable to this procurement are: (i) N/A (ii)
Type of Contract: A firm fixed-price definite quantity, definite
delivery contract will be awarded. (iii) Period of Performance: Not
later than 10 days after receipt of contract.!! 17(xiv). The Defense
priorities and Allocations Systems (DPAS) assigned rating for this
procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated
offers one original must be submitted to GSA, FAST, 7TF, 819 Taylor
Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Elaine M. Lacker,
Contracting Officer at or before 4:30 p.m.(CST), September 16, 1999.
Facsimilie copies will be accepted up to the time and date noted above,
but must be followed with hard copy to the address above!! 17(xvii).
Contact Elaine M. Lacker at 817/978-6142.!! Posted 09/07/99
(D-SN377135). (0250) Loren Data Corp. http://www.ld.com (SYN# 0333 19990909\70-0015.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|