|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441U.S. Department of Commerce, National Technical Information Service,
Office of Administration, 5285 Port Royal Road, Room 203f, Springfield,
VA 22161 70 -- HEWLETT PACKARD VISUALIZE B1000 WORKSTATIONS SOL TANS020023 DUE
101599 POC Nina A. Marshall (703) 605-6690 E-MAIL: click here to
contact the contracting officer via, nmarshall@ntis.fedworld.gov. This
is a combination synopsis/Request for Quotation (RFQ) for the
Department of Commerce, National Technical Information Service (NTIS)
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 RFQ document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-13. This requirement is for Hewlett Packard
Visualize B1000 SPU Workstations. No substitutions will be accepted.
The requirement is as follows: 5 Each; HP Visualize B1000 SPU w/ 128 MB
SDRAM, 128 MB SDARAM (Total 256MB RAM), 9GB Disk space (1LVD 7200 RPM
Drive), 32X ATAPI CD ROM for PA8500, PC Floppy for PA8500, VISUALIZE-EG
Card/PCI, 21"/19.9" Viewable Color Monitor (Sony), HP-UX Media for
Workstations, 10.20 Instantly Ignited -- CD media; factory integrated,
HP-UX version 10.20, CD-ROM (disk only), Instant Ignition
Configuration, Journaled File system configured, Visualize C13 Power
Cord Kit, HP VISUALIZE USB User Interface Kit, U.S. ENGLISH
LOCALIZATION, Standard HP Warranty required. Additionally, a 3 year,
on-site, next business day service agreement is required. Delivery
shall be made within 15 days from date of award. Items shall be shipped
F.O.B. Destination to: U.S. Department of Commerce, NTIS, Attn: Ms. Kim
Harris, 5285 Port Royal Road, Springfield, VA. 22161, (703) 605-6452.
This RFQ is reserved for small business ONLY. Applicable SIC Code is
5045. All responsible sources may submit a quote, which shall be
considered by the agency. Responses to this notice shall be provided in
writing by the closing date specified above, NO FAX RESPONSES will be
accepted. All responses to this notice shall make reference to: Request
for Quotation TANS020023. The provision at FAR 52.212-1, Instructions
to Offerors-Commercial Items (see below) applies to this acquisition.
See above for applicable SIC Code. Offerors shall include a completed
copy of the provisions at FAR 52.212-3,Offeror Representations and
Certifications -- Commercial Items, with their offer. Clause 52.212-4,
Contract Terms and Conditions-Commercial Items and Clause 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items with the following clauses, __X___(1)
52.222-26, Equal Opportunity (E.O. 11246). __X___(2) 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans (38
U.S. C. 4212). __X___(3) 52.222-36, Affirmative Action for Handicapped
Workers (29 U.S.C. 793). __X___(4) 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212) __X___(6) 52.225-21, Buy American Act -- North American Free
Trade Agreement Implementation Act -- Balance of Payments Program (41
U.S.C. 10, Pub. L. 103-187). apply to this acquisition. Standard
commercial warranty is required with each item. Offers must be received
by 1:00pm, October 15, 1999. The point of contact in this office is
Nina A. Marshall, (703) 605-6690. 52.212-1 INSTRUCTIONS TO
OFFERORS-COMMERCIAL ITEMS (COMMERCE DEPARTMENT DEVIATION FOR SIMPLIFIED
ACQUISITIONS) (APRIL 1996) (a) Standard industrial classification (SIC)
code and small business size standard. The SIC code and small business
size standard for this acquisition appears above. However, the small
business size standard for a concern which submits an offer in its own
name, but which proposes to furnish an item which it did not itself
manufacture, is 500 employees. (b) Submission of offers. Submit signed
and dated offers to the office specified in this solicitation at or
before the exact time specified in this solicitation. Offers may be
submitted on plain paper, letterhead stationery, or as otherwise
specified in the solicitation. As a minimum, offers must show- (1) The
solicitation number; (2) The time specified in the solicitation for
receipt of offers; (3) The name, address, and telephone number of the
Offeror; (4) Technical descriptions of the items being offered in
sufficient detail to evaluate compliance with the requirements in the
solicitation. This may include product literature, or other documents,
if necessary; (5) Terms of any express warranty; (6) Price and any
discount terms; (7) 'Remit to' address, if different than mailing
address; (8) A completed copy of the representations and certifications
at FAR 52.212-3; (9) Acknowledgment of Solicitation Amendments; (10)
Past performance information, when included as an evaluation factor, to
include recent and relevant contracts for the same or similar items and
other references (including contract numbers, points of contact with
telephone numbers and other relevant information); and (11) If the
offer is not submitted on a Government form, include a statement
specifying the extent of agreement with all terms, conditions, and
provisions included in the solicitation. Offers that fail to furnish
required representations or information, or reject the terms and
conditions of the solicitation may be excluded from consideration. (c)
Period for acceptance of offers. The Offeror agrees to hold the prices
in its offer firm for 30 calendar days from the date specified for
receipt of offers, unless another time period is specified in an
addendum to the solicitation. (d) Product samples. When required by the
solicitation, product samples shall be submitted at or prior to the
time specified for receipt of offers. Unless otherwise specified in
this solicitation, these samples shall be submitted at no expense to
the Government, and returned at the sender's request and expense,
unless they are destroyed during preaward testing. (e) Multiple offers.
Offerors are encouraged to submit multiple offers presenting
alternative terms and conditions or commercial items for satisfying the
requirements of this solicitation. Each offer submitted will be
evaluated separately. (f) Late offers. Offers or modifications of
offers received at the address specified for the receipt of offers
after the exact time specified for receipt of offers will not be
considered. (g) Contract award (not applicable to Invitation for Bids).
The Government intends to evaluate offers and award a contract without
discussions with Offerors. Therefore, the Offerors initial offer
should contain the Offerors best terms from a price and technical
standpoint. However, the Government reserves the right to conduct
discussions if later determined by the Contracting Officer to be
necessary. The Government may reject any or all offers if such action
is in the public interest; accept other than the lowest offer; and
waive informalities and minor irregularities in offers received. (h)
Multiple awards. The Government may accept any item or group of items
of an offer, unless the Offeror qualifies the offer by specific
limitations. Unless otherwise provided in the Schedule, offers may not
be submitted for quantities less than those specified. The Government
reserves the right to make an award on any item for a quantity less
than the quantity offered, at the unit prices offered, unless the
Offeror specifies otherwise in the offer. (i) Availability of
requirements documents cited in the solicitation. (1) The Index of
Federal Specifications, Standards and Commercial Item Descriptions and
the documents listed in it may be obtained from the General Services
Administration, Federal Supply Service Bureau, Specifications Sections,
Suite 8100,470 L'Enfant Plaza, SW., Washington, DC 20407 ((202)
755-0325/0326). (2) The DOD Index of Specifications and Standards
(DODISS) and documents listed in it may be obtained from the
Standardization Documents Desk, Building 4D, 700 Robbins Avenue,
Philadelphia, PA 19111-5094 (telephone (215) 697-2569). (i) Automatic
distribution may be obtained on a subscription basis. (ii) Individual
documents may be ordered from the Telespecs ordering system by
touch-tone telephone. A customer number is required to use this service
and can be obtained from the Standardization Documents Order Desk or
the Special Assistance Desk (telephone (610) 607-2667/2179). (iii)
'Nongovernment' (voluntary) standards must be obtained from the
organization responsible for their preparation, publication or
maintenance. Posted 09/23/99 (W-SN383680). (0266) Loren Data Corp. http://www.ld.com (SYN# 0307 19990927\70-0001.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|