Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,2000 PSA#2620

DISA/DITCO/DTS42, 2300 East Drive, Bldg 3600, Scott AFB, IL 62225-5406

70 -- CENTRAL PROCESSING UNIT (CPU) SOL DHQCNT00MPU0045 DUE 062000 POC Janice M. Haake, (618) 229-9678 E-MAIL: Click here to contact the contracting officer via, haakej@scott.disa.mil. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number DHQCNT00MPU0045 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses in effect through Federal Acquisition Circular 97-18. (iv) This solicitation is a small business set-aside action. The standard industrial SIC code is 5045 with the small business size standard of 100 employees. (v) Provide a price quite for the following CLINs in accordance with the specifications outlined in paragraph (vi): CLIN 0001 Hewlett Packard T600 CPU, QTY 1 each; CLIN 0002 Maintenance, QTY 12 months; CLIN 0003 Training, QTY 1 Lot. (vi) Description of requirement: (1) SALIENT CHARACTERISTICS HP T600 FOR HUNTSVILLE, Regional Support Activity- Huntsville, Alabama requires a refurbished, warranted as new, fully functioning HP T600 delivered and installed in Huntsville. A one-year warranty is required. The warranty coverage required is seven days per week, 24 hours per day. Warranty response time is two hours with repairs to be completed within four hours after notification of the problem. The following items describe the general configuration: QTY 1 HP T600 SYSTEM INCLUDES, DUAL I/O CHANNEL ADAPTER, LAN PERSONALITY CARD, SCSI CARD, 16 PORT MUX; QTY 8 HP T600 PROCESSOR 180MHZ WITH 8MB CACHE; QTY 2 HP 3.3V DC-DC CONVERTER FOR T600 (Requires 1 for every 3 processors.); QTY 3 HP 768MB MEMORY BOARD FOR T-CLASS & 99X; QTY 3 HP 100BASE-T LAN ADAPTER; QTY 1 HP CD-ROM DRIVE 12X STANDALONE (Includes Cables & Terminator) QTY 1 HP 700/96 TERMINAL-GREEN-USED; QTY 5 HP HSC FIBRE CHANNEL 1063 MBPS SHORT WAVE CARD; QTY 1 HP HSC BUS CONVERTER FOR T600; QTY 1 HP-PB BUS CONVERTER FOR T600; QTY 1 HP HP-PB I/O EXPANSION MODULE FOR T-CLASS/890/99X SYSTEMS; QTY 2 HP F/W SCSI INTERFACE HP-PB; QTY 1 HP 1600MM 19-INCH COMP RACK; QTY 1 HP F/W DISK ENCLOSURE EMPTY; QTY 4 HP 4GB FW 1/2 HT DISK DRIVE -- REFURBISHED; QTY 1 HP 3.0 KVA RACKMOUNT UPS; QTY 1 HP-UX 2-USER LICENSE FOR 11.0; QTY 1 HP UNIX 11.0 FOR SERVERS; QTY 1 HP 64-BIT CONFIGURATION; QTY 1 HP CD-ROM DISK ONLY; QTY 1 HP MANUALS ON CD-ROM. (2) CABLES: All power and control cables are to be included. All power cables, communications cables, connecting cables, interconnecting cables, and receptacles shall be installed in accordance with the National Electric Code (NFPA 70) and the Standard for Protection of Electronic Computer/Data Processing Equipment (NFPA 75). All cables must be fire and water-resistant. (3) YEAR 2000: The unit must be in conformance with Year 2000 requirements. The following defines Year 2000 compliant requirements: All information technology provided under, or in support of, this contract by the contractor and all subcontractors shall be Year 2000 compliant. "Year 2000 compliant" 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. To ensure Year 2000 compliance, the contractor shall, at a minimum, test a representative sampling of the information technology, or the same type of information technology, that will be provided under the contract. Year 2000 Compliance testing will be accomplished and documented in accordance with generally accepted commercial standards/practices. If requested, the contractor shall provide the Government with a copy of such Year 2000 compliance test documentation at no additional cost to the Government. (4) SECURITY: Contractor personnel shall observe and comply with the security provisions in effect at the facility. Any required ID badges shall be worn and displayed at all times by contractor personnel. Should the contractor be required to work in a controlled access area, the contractor shall apply for a controlled area badge through the site security point-of-contact. This badge will be displayed before access to the controlled area will be granted and must be worn at all times while in the controlled area. The contractor may be required to have access to live data during the performance of this delivery order. Any information, records, or data the contractor uses may be of a highly sensitive nature. The contractor shall not divulge any information about Government files, source selection activities and processes, or any other controlled unclassified information (CUI) of anyone not authorized access to that information. This contract (SOW) provides for access to Government computer systems. All contractor personnel performing service under this contract are designated as Critical Non-Sensitive: ADP II positions, and has a favorably completed National Agency Check (NAC) prior to performance. (5) TRAINING: Provide operations and technical familiarization of the equipment for computer operators and system programmers. This should include training on any unique features and functions that the proposed equipment (as configured) is capable. (6) DOCUMENTATION: Diagnostics and hardware maintenance manuals shall be provided with the equipment. All manuals must remain with the equipment for as long as the Government maintains the equipment. The vendor must grant the Government the right to extend the use of all manuals (including installation and maintenance manuals) to the Government authorized agent for as long as the Government maintains the equipment. (7) EVALUATION CRITERIA FOR AWARD: Award shall be made to the vendor who submits the lowest cost, technically acceptable offer. (vii) Delivery shall be made to: Defense Enterprise Computing Center Detachment,Huntsville, Building 5201, Martin Road, Restone Arsenal, AL 35898-7340. Delivery date shall be 30 days after receipt of order. (viii) The following clauses apply to this acquisition: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (ix) Numbered Note 1, 100% Small Business Setaside. (x) Quotes are due 4:00pm, CST, 20 Jun 2000. Quotes can be submitted electronically to haakej@scott.disa.mil or mailed to DITCO/DTS42, 3600 East Drive, Scott AFB, IL, 62225-5406, ATTN: Ms. Janice M. Haake, (618) 229-9678.***** Posted 06/09/00 (W-SN463485). (0161)

Loren Data Corp. http://www.ld.com (SYN# 0284 20000613\70-0008.SOL)


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