Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25, 2000 PSA #2692
SOLICITATIONS

70 -- DATA ARCHIVAL STORAGE AND RERIEVAL SYSTEM

Notice Date
September 21, 2000
Contracting Office
Directorate of Contracting, Uniformed Services University of the Health Sciences, Rm A1040c, 4301 Jones Bridge Road, Bethesda MD 20814-4799
ZIP Code
20814-4799
Solicitation Number
MDA905-00-Q-0094
Response Due
September 30, 2000
Point of Contact
David Travis, Contract Specialist (301) 295-3868, David D. Denton, Contracting Officer, (301) 295-3068
E-Mail Address
To contract Contract Specialist by e-mail click here. (dtravis@usuhs.mil)
Description
The Uniformed Services University of the Health Sciences (USUHS),the Department of Defense (DoD) Medical School and Health Sciences Unversity, Bethesda, MD requires an Automated Data Archival and Retrieval Storage System for the Department of Surgery for the electronic storage of medical history data obtained through three major projects: (1) The Vietnam Vascular Registry; (2) The military Surgical Heritage Preservation and (3) The Combat Casualty Care History and Future Direction Project. This system, consisting of many components, will be procured on a brand name or equal basis. This notice is a Request for Quotes for this system consists of the folowing components: (1) CLIN 0001, HP Pavillion Model 1G Computers, 3 Ea.;(2) CLIN 0002 HP 17" Monitors Model M-70, 3 Ea.;(3) CLIN 0003, HP Model 65 Office Jet Printer, 1 Ea.,; (4)CLIN 0004, HP Color Laser Jet Printer Model 8500DN, 1 Ea.; (5)CLIN 0005, HP Photosmart P1100 Photo Printer, 2 Ea.;(6) CLIN 0006, HP Laserjet 2100 TN Printer, 2 Ea.; (7) CLIN0007, HP Scanje 6390C Color Scanner, 2 Ea.; (8) CLIN 008, Sony Cybershot DSC-F505 Digital Camera, 1 Ea.; (9)CLIN 0009, Canon Model XL-1 Digital Videocamcorder, 1 Ea., (10) CLIN 0010, Lasergraphics Pesonal LFR Plus Slide Recorder, 1 Ea.; (11)CLIN 0011, Zenith Desktop DVD Read/Writer System, 1 Ea.; (12) CLIN 0012, Dragon Dictate Naturally Speaking Pro Voice Recognition Software, 2 Ea.; (13) CLIN 0013 Installation (OPTIONAL ITEM), if entire system is available through one source the Government may purchase installation of the entire system. However, offerors will still offer individual component installation prices on each line item for offered components. This contract may be multiple award and components may be purchased from separate vendors. Interested offerors must specify Brand Name, Manufacturer, and Make and Model Number for all equipment they are offering. Technical literature must be provided for each item offered. Offerors should annotate any line item available on GSA Federal Supply Schedule and provide FSS pricing. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 the Federal Acquisition Regulation (FAR) part 12, Commercial Acquisitions and FAR part 13.5 supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. The provisions and clauses in the RFP are those in effect through FAC 97-18. Questions may be submitted via mail to the address above or fax (301) 295-1716. All written questions received will be answered in writing and transmitted to all offers via an amendment to the solicitation. DELIVERABLES: The system shall be delivered and installed at USUHS, Bethesda, MD 20814-4799, and FOB: Destination within 90 days. Delivery shall be made within the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal holidays, and shall be scheduled with the COR named at the time of award. PACKING and SHIPPING: All items shallbe commercially packed and shipped and shall have the mailing label addressed as follows: USUHS (complete address) and the contract number (named at the time of award). INSTALLATION: If installation is purchased, the contractor shall be responsible for the movement of all equipment to installation site. The Contractor shall install the system complete with all components. The Contractor shall also perform verification testing and provide technical support. Installation shall be completed within 30 days after delivery to USUHS and is to be coordinated with the COR (to be named at time of award). DOCUMENTATION: Upon completion the contractor shall provide two (2) sets each of all equipment/software manuals for the system. Final payment shall not be made until such documentation is received and accepted by the Contracting Officer. WARRANTEE: A standard commercial warranty shall be provided for the software and equipment. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial 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. The provision of FAR 52-212-1, Instruction to Offerors -- Commercial Items and 52.211-6, Brand Name or Equal, applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature for the proposed equipment and software, and the FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, prior to an award. Facsimile offers (followed-up by mailed hard copy) are acceptable or offers can be e-mailed to dtravis@usuhs.mil. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. Addendum to FAR clause 52.212-2. Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability and price. Technical capabilities are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Technical capability will be based on product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing (if applicable), descriptive literature, or other documentation, manufacturer or brand name and model of the item, and show how the offered product meets or exceeds the requirements as specified in the Specifications. 2) PRICE: Price includes all equipment, software, software licensing, training, warranty costs, discount terms, and transportation costs. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec or call the DOD Electronic Information Center at 1-800-334-3414.
Record
Loren Data Corp. 20000925/70SOL001.HTM (W-265 SN499173)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |
Created on September 21, 2000 by Loren Data Corp. -- info@ld.com