Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1997 PSA#1782

U.S. Army Space Command, ATTN: MOSC-SC, 1670 N. Newport Rd., Sui= te 211, Colorado Springs, CO 80916-2749

70 -- SUN ULTRA 2 WORKSTATIONS MODEL 2200=20 SOL DASG62-97-R-0002 DUE 022697 POC Tommi Rupe (719) 554-8821, Fax (719) 554-8838 This is a combined synopsis/solicitation for commercial items prepa= red in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional information included in thi= s notice. This announcement constitutes the only solicitation: proposals = are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Proposal (RFP) Number DASG62-97-R-0= 002. This solicitation document and incorporated provisions and clauses are th= ose in effect through Federal Acquisition Circular 90-45. The Standard Industri= al Classification Number is 3571, and the Business Size Standard is 1000 employees. This acquisition will be procured on an unrestricted basis. DESCRIPTION: The offeror shall provide two each Sun Ultra 2 workstations, Model 2200 o= r equal. Each workstation proposed shall meet the following minimum salien= t characteristics: two processor; 200Mhz, Sun P/N A14-UCB2-1F or equal; C= D4 internal CD-ROM drive, Sun P/N X6156A or equal; Internal 1.44 Mbyte Flopp= y Disk Drive, Sun P/N X6003A or equal; One -- 1GB RAM memory; Creator 3D Graphic= s; 20 monitor compatible with Creator 3D Graphics board; Solaris OS ver 2.5.1 o= r greater on CD-ROM, Sun P/N SOLD-C or equal; Sol 2.5.1 Development Kit, C= D, DOCS, LIC, Sun P/N SDK-2.5.1-P or equal; Solaris Open GL 1.0 for Creator= 3D Media and Docs, Sun P/N SOGL-1.0-B or equal; Solaris Open GL System Lice= nse for Creator 3D, Sun P/N SOGL-1.0-L or equal; Visual Workshop C, C++ Deve= lopers Kit, Sun P/N VWS-C++2.1-D1 or equal. The workstations proposed must be interoperable and fully compatible with comparable Sun workstations. A= ny third party memory shall be approved by Sun as compatible with the system= s offered. Warranty shall be a minimum of 1 year standard commercial warra= nty. The standard commercial warranty is return to depot for all hardware item= s. Third party memory, if accepted, shall have a lifetime warranty. Product= s offered under the terms of a FederalSupply Schedule contract shall be so stated to include GSA contract number and terms. Products not provided u= nder a Federal Supply Schedule shall fully articulate and demonstrate technical capabilities set forth herein. Products required hereby shall be deliver= ed FOB Destination no later than 10 March 1997. Delivery/Acceptance point is HQ= US Army Space Command, 1670 N. Newport Road, Colorado Springs, Colorado 8091= 6. Government work days are between the hours of 0800 and 1600 MT. FAR prov= ision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisitio= n, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Paragraph (c), Period of acceptance of offers -- Offeror agrees to hold th= e prices in its offer firm for 60 days after Government receipt of proposal= s. Any interested/qualified sources who believe they can provide the require= d equipment must respond no later than 2:00 PM, Mountain time, February 26,= 1997. All such responses will be evaluated IAW FAR 52.212-2, Evaluation -- Comme= rcial Items. The following evaluation criteria shall be used to evaluate offer= s: (1) Technical Capability -- ability to provide the products stated herein = of the same or better functional and physical characteristics; (2) Schedule -- ability to meet or exceed required delivery dates; (3) Total Proposed P= rice, inclusive of warranty price; and, (4) Past Performance -- ability to consistently deliver and maintain, during term of warranty, quality prod= ucts and technical support in a timely manner. Evaluation Criteria is listed= in descending order of importance. Technical capability is the most importa= nt factor. Schedule is half as important as technical. Price and past performance are of equal importance and each represent one half the impor= tance of schedule. The Offeror shall clearly demonstrate how the products prop= osed meets the requirements set forth herein regardless of how offered. The O= fferor shall provide a minimum of 5 references to which the same orsimilar prod= ucts and services have been delivered within the last 2 years. References sha= ll include the product/services delivered, contract number, date of contrac= t award, date of acceptance by the receiving organization, contracting offi= ce point of contact, technical office point of contact (if available), curre= nt telephone and fax numbers for both, and statement regarding problems with= the order and/or delivery. The Government will only consider the informatio= n provided in the offeror=92s proposal. Special attention is directed to F= AR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a = fully executed copy of the FAR provision at 52.212-3, Offeror Representations a= nd Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisiti= on. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes orExecutive Orders-Commercial Items, applies to this acquisitio= n, along with the following additional FAR clauses: 52.222-26, Equal Opportu= nity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Vetera= ns, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employm= ent Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-= 3, Buy American Act -- Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North Americ= an Free Trade Agreement Implementation Act-Balance of Payments Program. DFA= Rs provisions 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data -- Commercial Items and 252.227-7037, Validation of Restrict= ive Markings on Technical Data; 252-247-7024, Notification of Transportation= of Supplies by Sea. Offers sent via the US Postal Service should be mailed = to US Army Space Command,ATTN: MOSC-SC, 1670 N. Newport Rd, Colorado Springs, Colorado 80916. All RFP=92s not sent through the US Mail will be conside= red hand carried and subject to FAR 15.412. Proposals may be submitted by facsimi= le, however, it is the responsibility of the Offeror to ensure receipt -- see = also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsib= le for ensuring proposals are received no later than 2:00 PM MT, February 21, 19= 97. The point of contact for all information regarding this acquisition is To= mmi Rupe at (719) 554-8821. (0041)

Loren Data Corp. http://www.ld.com (SYN# 0346 19970213\70-0003.SOL)


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