Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 2,2000 PSA#2548

Deputy Chief of Staff for Contracting, US Army Space Command, Attn: MOSC-SC, 1670 N. Newport Road, Colorado Springs, CO 80916-2749

70 -- RUGGEDIZED SGI WORKSTATIONS AND MONITORS SOL DASG62-00-R-0003 DUE 030700 POC Chris Romero (719)554-8837, Daryll Nottingham (719)554-8820 E-MAIL: click here to contact the contract specialist via, chris.romero@arspace.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation, Subpart 12.6, 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. This solicitation is issued as Request for Proposal (RFP) Number DASG62-00-R-0003. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This synopsis/solicitation is issued unrestricted and open to all interested parties. DESCRIPTION: The following specifications are issued as Brand Name or equal specifications, and set forth the Government's minimum requirements. With that, the term "or equal" is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. The offeror shall provide equipment, which shall consist of 3 each Windows NT Workstations, 2 each Rugged Rack Mounted Flat Panel Displays and 2 each Rugged Tabletop Flat Panel Displays. Contractor shall provide workstations installed in the ruggedized cases. The following specifications and salient characteristics represent the Government's minimum requirements. Offerors shall structure their proposal to include pricing at the CLIN level: CONTRACT LINE ITEM (CLIN) 0001: 3 each Windows NT Workstations (CPUs) with the following specifications. (Note: Monitor specifications are under CLIN 0002 and 0003): (1) 19" rack mountable 19" wide x 10.5" H x 22" D, 6 x 5.25 with front access for 7 drive bays, each rack mount systems case must meet the following requirements: (a) shock isolation all aluminum corrosion resistant chassis, EMI/RFI filters, shielded wire, sand and dust filters, enhanced cooling fans with filtration systems to eliminate the possibility of dust and debri entering the systems; (b) environmental characteristics altitude operating to 10,000 feet, non-operating to 40,000 feet; (c) temperature operating to 5 degrees C to +40 degrees C, non-operating to 40 degrees C to +70 degrees C; (d) humidity: 5% to 95% non condensing; (e) shock operating to 20gravity, 11miliseconds, non-operating to 30gravity, 11 miliseconds. (2) CPUs of each system must meet the following requirements: (a) Silicon Graphics Integrated Visual Computing (IVC) architecture with Cobalt graphics chipset; (b) Dual Intel Pentium III processor 600 MHz with 512K L2 cache or higher; (c) 1 GB ECC SDRAM; (d) 3 available PCI slots; (e) Removable 50GB Ultra2 SCSI hot swappable hard drive with four additional SCSI slots; (f) Read Write CD ROM, 1.4MB Floppy Drive; (g) Integrated 10/100 Fast Ethernet; (h) IEEE 1394*, parallel, serial, USB, video and audio ports; (I) Composite and S-video (NTSC and PAL) input/output; (j) 16-bit, 44.1/48 kHz audio, stereo input and output; (k) USB keyboard and three-button mouse; (l) SG Version Windows NT Workstation 4.0 software; (m) 50-60HZ, 110-220 VAC, and (n) Four hot swappable SCSI Hard Drive Trays. CLIN 0002: 2 each Rugged Rack mounted, 17.3" digital Flat Panel Display with adapter for use with Win NT, designed to fit a 19" rack. CLIN 0003: 2 each Rugged Tabletop 17.3" digital Flat Panel Display with adapter for use with Win NT. CLIN 0004: Each system must be covered by a three-year limited warranty with one year of on-site, next business day support, Monday through Friday, 8 am to 5 pm. Years two and three will cover parts replacement only, via mail. Note: Delivery for all CLIN's shall be FOB Destination. Products offered under the terms of a Federal Supply Schedule contract shall be so stated, to include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's proposal. Products not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical capabilities set forth herein, and shall clearly articulate how all requirements, to include warranty, will be met. Catalog cuts and other information required to substantiate the offeror's claims shall be provided with the offeror's proposal. See in this respect FAR 52.211-6, Brand Name or Equal. All items are desired to be delivered FOB Destination no later than 7 April 2000 and required to be delivered FOB Destination no later than 15 April 2000, which presumes contract award no later than 10 March 2000. Delivery/Acceptance point is HQ US Army Space Command, 1670 N. Newport Road, Colorado Springs, Colorado 80916. Government workdays are Monday through Friday between the hours of 0730 and 1630 MT. FAR provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Award is anticipated no later than 10 March 2000. All such responses will be evaluated IAW FAR 52.212-2, Evaluation Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Technical Capability ability to provide the products stated herein of the same or better functional and physical characteristics; (2) Schedule ability to meet or exceed required delivery dates; (3) Past Performance ability to consistently deliver and maintain, during term of warranty, quality products and technical support in a timely manner and (4) Total Proposed Price, inclusive of warranty price most advantageous price considering all other factors. Evaluation Criteria are listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal information (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. The Offeror shall clearly state how he proposesto meet all of the terms set forth herein, to include warranty and delivery. Offerors that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Offeror shall provide a minimum of 3 references to which the same or similar products and services have been delivered within the last 2 years. References shall include the product/services delivered, contract number, date of contract award, date of acceptance by the receiving organization, contracting office point of contact, technical office point of contact, current telephone and fax numbers for both and statement regarding problems with the product, contract and/or delivery. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Failure to submit the information set forth herein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. See www.arnet.gov/far for access to FAR clauses. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition, along with the following additional FAR Clauses: 52.211-6, Brand Name or Equal; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disable and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era. The following DFARs provisions apply to this acquisition: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data CommercialItems; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space Command, ATTN: SMDC-AR-CM, 1670 N. Newport Rd, Colorado Springs, Colorado 80916. All proposals not sent through the US Mail, to include facsimile, will be considered hand carried and subject to FAR 15.208. Proposals may be submitted by facsimile; however, it is the responsibility of the Offeror to ensure receipt see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring proposals are received no later than 2:00 PM MT, 7 March 2000. The point of contact for all information regarding this acquisition is Chris Romero at (719) 554-8837, fax (719) 554-8838 or e-mail at chris.romero@arspace.army.mil. Posted 02/29/00 (W-SN429752). (0060)

Loren Data Corp. http://www.ld.com (SYN# 0348 20000302\70-0004.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page