Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24, 2000 PSA #2733
SOLICITATIONS

74 -- UPGRADE OF LANIER TRANSCRIPTION SYSTEM

Notice Date
November 21, 2000
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
ZIP Code
33621-5000
Solicitation Number
F08602-01-T0104
Response Due
November 28, 2000
Point of Contact
Deloris Cusick, Contract Administrator, Phone 813-828-4731, Fax 813-828-5111, Email deloris.cusick@macdill.af.mil -- David Chittenden, Chief, Specialized Acquisition Flight, Phone 813-828-4783, Fax 813-828-5111, Email
E-Mail Address
Deloris Cusick (deloris.cusick@macdill.af.mil)
Description
This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. MacDill AFB proposes to negotiate on a Sole Source basis as authorized by 10 U.S.C. 2304(c)(1) with Lanier Worldwide, Inc. to upgrade the Lanier Transcription System for the 6th Medical Group. The upgrade shall include equipment/software, installation, hardware and software maintenance, and training. Upgrade shall include: (ONE EACH) 402-1094 Cquence Transcription 7.5 Software, 425-1045 HP LH3000R PIII 533 Server Rack Mount 128 MF RAM w/NetRaid Ada, 425-3058 128 MB Memory, 425-3057 256 MB Memory, 425-2022 SQL 7.0 w/5CAL, 402-2292 NT Server Software w/5 CALS, 425-3056 18.2 GB Hot Swap SCSI DiskDrive LH & LC3, 425-3042 Internal SCSI Cable required on LH30000, 425-1022 18.2 GB Database back-up drive (required), 402-2692 Stedman_Version 7.0 5user/CAL starter pack, 425-1050 HP DLT 24e 24GB External Tape Drive, 425-2033 Ultra Back NT Server Enterprise Edition, 402-1091 Cquence Transcription Print Server Software, Hardware and software maintenance, Training and Installation (to include all labor, equipment, supplies and transportion), (TWO EACH) 402-1085 Cquence Transcription CAL, Hard, (TEN EACH) 425-3046 24GB Tapes. Travel costs may not exceed the U.S. Joint Federal Travel Regulations in effect. SIC 5045. NAISC 42143. Size Standard 100 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. FAR provision 52.212-1, 52.212-2 applies to this acquisition. Additional applicable FAR and DFARS clauses: 52.212-4, 52.212-5, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 252.212-7001, 252.225-7001. Evaluation criteria will include technical, price and past performance. A single purchase order will be issued. Offer will submit their Representations and Certification-Commercial Items (FAR 52.212-3), with their offer. Offer may access the FAR at http://farsite.hill.af.mil. Submit quotes to the attention of Deloris Cusick, 6 CONS/LGCB, fax 813 828-5111 or e-mail deloris.cusick@macdill.af.mil. Offers are due 28 Nov 00, 2:00 p.m. Eastern Standard Time. Note 22.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F08602-01-T0104&L=582)
Record
Loren Data Corp. 20001124/74SOL001.HTM (D-326 SN507257)

74 - Office Machines, Text Processing Systems and Visible Record Equip Index  |  Issue Index |
Created on November 21, 2000 by Loren Data Corp. -- info@ld.com