|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1999 PSA#2462Defense Information Systems Agency, DITCO-NCR, 701 South Court House
Road, Arlington, VA 22204-2199 70 -- GENERAL PURPOSE ADP EQUIPMENT, SOFTWARE, SUPPLIES AND SUPPORT
EQUIPMENT SOL DDIPR02601 DUE 111599 POC Jesse Garcia, Contract
Specialist, (703) 607-6908; William Blitgen, Contracting Officer, (703)
607-6906, FAX (703) 607-4340 This is a combined synopsis/solicitation
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 SOLICITATION; A
WRITTEN SOLICITATION WILL NOT BE ISSUED. This acquisition is for
obtaining maintenance support for FORE System hardware and software for
12 months: CLIN 0001 -- Part # 7105-00 (3-ea) 1.6G Multilayer switch
includes -- 1 AC Power Supply Packet engine w/32MB DRAM, 4MB Flash, 5
Module Slots, 2 Power slots, SW Base Config: IP(RIP & OSFP), IPX, AP
TALK, DECNET, IP Multicast, Lane Client, Spanning Tree Foreman
Strategic Response; CLIN 0002 -- Part # 7901-00 (5-ea), Power Supply,
for Power HUB 7000, Foreman Strategic Response; CLIN 0003 -- Part #
7401-00 (4-ea), Powercell ATM Module 2 ports (2D Redundancy only)
Foreman Strategic Response; CLIN 0004 -- Part # 7380-00 (4-ea) ATM
Media Adapter, OC-3, Multimode Fiber Foreman Strategic Response; CLIN
0005 -- Part # 7202-00 (18-ea) 16X1 Ethernet Module (16RJ45 Ports)
Foreman Strategic Response; CLIN 0006 -- Part # 7110-01 (1- ea), 1.6G
Multi-layer switch includes -- Power Supply, Packet engine with32MB
DRAM 4MB Flash, 10 Module slots, 4 Power slots, SW Base Config: IP(RIP)
& OSPF), IPX, AP Talk, DECnet, IP Multicast, Lane Client, Spanning
Tree, Foreman Strategic Response; CLIN 0007 -- Part # ASX-1000/10AC
(AC) (2-ea), 4 switch modules w/16 Net Mod slots, Foreman Strategic
Response. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-03.
The Standard Industrial Classification is 7378 and the size standard is
$18.0 Million. Delivery will be to Defense Information Systems Agency
Headquarters, Arlington, Virginia. Delivery will from contract award
through 30 September 2000.. Prices will be FOB destination. The
contractor's standard commercial warranty is applicable. YEAR 2000
COMPLIANCE INFORMATION TECHNOLOGY (NOV 1997) The information technology
to be acquired under this contract must provide continuity of
operations from the service date through the twenty-first century,
without failure or interruption. Accordingly, companies desiring to be
considered for this contract shall confirm that all telecommunication
services, equipment, and systems and/or computer hardware, firmware,
and software to be utilized in or provided under this contract,
including those portions to be provided by any subcontractor are Year
2000 compliant. In the event a company's information technology is not
currently Year 2000 compliant, the company is requested to identify
the date that Year 2000 compliance will be achieved. Any company unable
or unwilling to confirm that its information technology is year 2000
compliant may not be considered for this contract. 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.
The contractors proposal shall indicate one of the following: [ ]Year
2000 compliant. All information technology to be provided under this
contract is confirmed to be Year 2000 compliant. [ ]Not currently Year
2000 compliant. However, Year 2000 compliance will be achieved on
_________________. All information technology provided under this
contract shall be confirmed to be Year 2000 compliant not later than
the date shown above. [ ]Not Year 2000 compliant. Information
technology to be provided under this contract cannot be confirmed to be
Year 2000 compliant. The following FAR Part 12 clauses apply: 1) FAR
52.212-1, Instructions to Offerors-Commercial Items (no additional
instructions other than noted above), 2) 52.212-4, Contract Terms and
Conditions; 3) FAR 52.212-5 Contract Terms and Conditions Required to
Implement Statutes of Executive Orders- Commercial Items, additional
terms: 52.222-26, 52.222-35, 52.222-36, 52.222-37; 4) DFAR
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes of Executive Orders-Commercial Items, additional terms:
252.225-7001, 252-227-7015, 252.233-7000; 5) A completed copy of FAR
52.212-3 and DFAR 252.212-700, Offeror Representations and
Certifications-Commercial Items must be submitted with offer. Payment
will be made to Defense Finance and Accounting Service, Pensacola, FL.
Interested persons may submit proposals within 15 days following
publication of this notice to the following address not later than 3
P.M.: Jesse Garcia, Contract Specialist, (703) 607-6908; William
Blitgen, Contracting Officer, (703) 607- 6906. Posted 10/22/99
(W-SN394171). (0295) Loren Data Corp. http://www.ld.com (SYN# 0204 19991026\70-0002.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|