|
COMMERCE BUSINESS DAILY ISSUE OF JULY 6,2000 PSA#2636Western Area Power Administration, 114 Parkshore Drive, Folsom, CA
95630 58 -- ZHONE/PREMISYS IMACS EQUIPMENT SOL RQ65-00WN54468 DUE 071200 POC
Janna Buwalda (916) 353-4471 E-MAIL: Click here to contact the
contracting officer., buwalda@wapa.gov. This is a combined
synopsis/solicitation for modified commercial items prepared in
accordance with the format in the Federal Acquisition Regulation (FAR),
Subpart 12.6, as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation;
quotations are being requested and a written solicitation will not be
issued. Solicitation Number RQ65-00WN54468 is issued as a request for
quote (RFQ). The incorporated document and provisions and clauses are
those in effect through Federal Acquisition Circular 97-17. This action
is not set aside for small business. The Government intends to purchase
on a firm fixed-price basis, the following ZHONE/PREMISYS IMACS
equipment: 3 each 600 Universal Enclosures, 7 each 48V DC power
supplies, 4 each 48V DC ringing generators, 5 each 2 T1 interface cards
with internal modems, 5 each 2 T1 CPU cards, 5 each CPU firmware host
version 3.9.0, 7 each dual T1 line WAN cards, 13 eachDSX Plug in
modules, 6 each 8-port 4W E&M, 4 each 8-port 2W FXS, 3 each 8-port 2W
FXO, 5 each 10-port sub rate units RS-232, and 4 each 4-port external
alarm cards. All items will be shiped to Elverta CA, 95626. The
quotation along with completed representations and certifications is
due by 3:30 P.M. Pacific Standard Time on 12 JULY 2000. The offeror
shall provide back-up information verifying the price offered. This
means a copy of the most recent catalog or price list, invoices from
previous sales for identical equipment, etc. A written notice of award
or acceptance of an offer, mailed or otherwise furnished to the
successful offeror within the time for acceptance specified in the
offer shall result in a binding contract without further action by
either party. Award is expected to be 17 JULY 2000 with a required
delivery schedule of 15 September 2000. Partial Deliveries will be
accepted. Inspection and acceptance shall be made at destination. The
contractor shall extend to the Government full coverage of any standard
commercial warranty normally offered in a similar commercial sale.
Acceptance of the warranty does not waive the Government's rights under
the Inspection clause, nor does it limit the Government's rights with
regard to the other terms and conditions of this contract. In the event
of a conflict the terms and conditions of the contract shall take
precedence over the warranty. The warranty period shall begin upon
final acceptance of the applicable deliverable listed in the schedule.
FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (NOV 1999)
is incorporated by reference and applies to this acquisition. The
provision at 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) applies to
this acquisition and paragraph a is completed "adherence to
requirement, past performance and price." Technical (which is adherence
to the requirement) and past performance, when combined, are more
important than price. Oferor shall include a completed copy of the
provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND C ERTIFICATIONS
ALT I -- COMMERCIAL (FEB 2000) with its quotation. FAR 52.212-4
CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 1999) is
incorporated by reference and applies to this acquisition. FAR 52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS -- COMMERCIAL ITEMS (FEB 2000) applies to this
acquisition. The contracting officer hereby identifies the following
clauses as applying per Paragraph (b)of the clause: (11) 52.222-21,
Prohibited Segregated Facilities (FEB 1999); (12) 52.222-26, Equal
Opportunity (E.O. 11246); (13) 52.222-35, Affirmative Action for
Special Disabled Veterans and Veterans of the Vietnam Era Veterans;
(14) 52.222-36, Affirmative Action for Workers with Disabilities; (15)
52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era; (16) 52.225-1, Buy American Act -- Balance
of Payments Program -- Supplies (41 U.S.C. 10a -- 10d). (16) 52.225-1,
Buy American Act -- Balance of Payments Program -- Supplies (41 U.S.C.
10a -- 10d) (17)(i) 52.225-3, Buy American Act -- North American Free
Trade Agreement -- Israeli Trade Act -- Balance of Payments Program;
(18) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C.
3301 note). (19) 52.225-15, Sanctioned European Union Country End
Products (E.O. 12849) (20) 52.225-16, Sanctioned European Union Country
Services (E.O. 12849). (23) 52.232-34, Payment by Electronic Funds
Transfer -- Other than Central Contractor Registration (31 U.S.C.
3332). (e) Notwithstanding the requirements of the clauses in
paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not
required to include any FAR clause, other than those listed below (and
as may be required by an addenda to this paragraph to establish the
reasonableness of prices under Part 15), in a subcontract for
commercial items or commercial components (1) 52.222-26, Equal
Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); and
(3) 52.222-36, Affirmative Action for Workers with Disabilities (29
U.S.C. 793). The Government reserves the right to process the
procurement on a sole source basis based upon the responses received.
The Government will not pay for any information received. Facsimile
quotations shall be accepted. For information regarding this contact
Janna Buwalda, Tel 916-353-4471 or via e-mail. If an offeror is not
able to contact the Contracting Office via e-mail, please fax
correspondence/requests to the point of contact above @ facsimile
(916-985-1933). Posted 07/03/00 (W-SN471102). (0185) Loren Data Corp. http://www.ld.com (SYN# 0128 20000706\58-0001.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|