Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,2000 PSA#2613

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

70 -- 8 TRACK DIGITAL RECORDER SOL N00244-00-T-0993 DUE 061900 POC Joan Balazs -- FAX 619-532-2347 -- phone 619-532-2892 -- email joan_balazs@sd.fisc.navy.mil WEB: Click here to obtain more information regarding FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via, joan_balazs@sd.fisc.navy.mil. This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this Request for Quotation is N00244-00-T-0993 . This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. FISC San Diego has a requirement for the following: 8 Track digital recorder expandable to 24 track. LAN/WAN connectivity via TCP/IP for remote operation. Integrated speaker. 250 hours storage on hard disk with automatic archiving to DAT. Dual Dat configuration allow for simultaneous signal analysis and real time archiving. System must have channel expansion capabilities form eight to twenty four channels in 4 channel increments. Channel capacity must b able to be increased without the need for any hardware or software while the unit is deployed. The system must be compact and have front panel controls, which eliminate the need for a monitor, keyboard, or mouse. The system must be able to be installed in 19" equipment bays and be controlled from the front panel. Dual Dat drives are required. A LAN/WAN connectivity and software for access via a PC workstation must be provided to allow for remote system access and playback over LAN/WAN 9in the form of "wav"or "au" format files. Manufacturer: Nice Systems Inc. Due to the Command's standardization of equipment, no equals will be accepted. Required delivery is to NAVSECGRUACT San Diego, CA. Acceptance shall be at destination. The following provision apply FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.000-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offerors are required complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.211-5, New Material,. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b), DFAR 252.225-7000 Buy American Act Balance of Payments Program Certificate, DFAR 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for Line Items 0001. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later that 3:00 p.m. PST, 15 June 2000, and will be accepted via FAX (619-532-2347) Attn: Joan Balazs Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq.osd.mil/dp/dars/dfars/dfars.html Posted 05/31/00 (W-SN460309). (0152)

Loren Data Corp. http://www.ld.com (SYN# 0263 20000602\70-0006.SOL)


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