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