|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1997 PSA#1921Fleet and Industrial Supply Center, Norfolk Washington Detachment 901
M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC
203 70 -- HARDWARE AND SOFTWARE SOL N00600-97-R-3703 DUE 091197 POC No
solicitation document will be issued. Fax quotations to Customer
Service at (202) 433-9569. For further information contact, Beverly A.
Sivels, Purchasing Agent on (202) 433-3978. (i) This is a COMBINED
SYNOPSIS/SOLICITATION for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. (ii) This solicitation, numbered
N00600-97-R-3703, is issued as a Request for Quote. (iii) The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-46 and Defense
Acquisition Circular 91-12. (iv) The standard industrial classification
code is 3571 and the small business size standard is 1,000 employees.
This acquisition is unrestricted. (v) A list of Contract Line Item
Numbers (CLINs) and their items are: CLIN 0001: HP Vectra VL5
Minitower, Model D4577A, Pentium 200MHZ, 16MB RAM, 25GB HD, 8XCD-ROM
512KB cache, 2MB DRAM, Windows 95, Guaranteed minimum quantity 105,
Maximum quantity 205 each; CLIN 0002: Panasonic PanaMedia 17in. Color
Monitor, Model: PM17, includes speakers, 0.27dpi., 1280X1024,
Guaranteed minimum quantity 105, Maximum quantity 205 each; CLIN 0003:
3COM 10/100 BASE-TX Fast Etherlink XL PCI, Model 3C905-TX, Guaranteed
minimum quantity 105, Maximum quantity 205 each; CLIN 0004: Greystone
Peripherals Card Dock PCMCIA Reader/Writer, Model GS220 (OR EQUAL),
Guaranteed minimum quantity 105, Maximum quantity 205 each; CLIN 0005:
HP 5.25" DAT/CD-ROM, Mounting Rails (5 Pack), Guaranteed minimum
quantity 31, Maximum quantity 41 each; CLIN 0006: Installation of
peripherals and software configuration, Guaranteed minimum quantity
105, Maximum quantity 205 each, this CLIN is NOT SEPARATELY PRICED.
(vii) DELIVERY is to be made FOB Destination as specified on individual
delivery orders. All deliveries will be made to destinations in the
Washington DC metropolitan area, normally to the Department of the
Navy, Information Network Program Office, Crystal Mall 2, Suite 116,
1921 Jefferson Davis Highway, Arlington, VA 22202-4514. Deliveries
shall be made within five days after the date of each Delivery Order
placed, except that when the needs of the Government permit, orders may
provide a longer time for delivery. Acceptance shall be made at
destination. (viii) FAR clause 52.212-1 applies to this acquisition.
(ix) FAR clause 52.212-2 applies to this acquisition. The following
factors shall be used to evaluate offers: price and technical
capability of the item offered to meet the Government's requirements.
Price is more important than technical capability. The brand-name
specified in the Schedule is mandatory. (x) Offerors are to include a
completed copy of FAR provision 52.212-3 and DFARS provision
252.212-7000, with its offer. (xi) FAR clause 52.212-4, Contract Terms
and Conditions -- Commercial Items, applies to this acquisition. The
following clauses are included as addenda: CONTRACT TYPE. The resulting
contract will be a firm-fixed price, indefinite-delivery,
indefinite-quantity type contract. STANDARD COMMERCIAL WARRANTY (SUP
5252.246-9401) 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. In the event
of a conflict, the terms and conditions of the contract shall take
precedence over the standard commercial warranty. The standard
commercial warranty period shall begin upon final acceptance of the
applicable material and/or services listed in the Schedule. The
Contractor shall provide a copy of its standard commercial warranty (if
applicable) with its offer. ORDERING (FAR 52.216-18). This clause is
incorporated by reference The ordering period is from date of contract
award through 30 September 1998. INDEFINITE QUANTITY (FAR 52.216-22).
This clause is incorporated by reference. The Contractor shall not be
required to make any deliveries under this contract after 10 October
1998. (xii) FAR clause 52.212-5 and DFARS clause 252.212-7001 apply to
this acquisition. FAR clause 52.212-5 paragraphs (a), (b)(1), (b)(2),
(b)(6), (b)(7), (b)(8), (b)(9), (d) and (e) apply. DFARS clause
252.212-7001 incorporates by reference the following DFARS clauses:
252.225-7012, 252.227-7015, 252.227-7037, 252.247-7024. (xiii) The
following additional contract terms apply to this acquisition:
ADDITIONAL SPECIFICATIONS. All peripheral equipment should be installed
in the workstations. The end-user, DoNINPO, may provide the contractor
a unique hard drive configuration to be installed prior to delivery.
YEAR 2000 FAULT-FREE PERFORMANCE. The contractor warrants fault-free
performance in the processing of date and date-related data (including,
but not limited to, calculating, comparing, and sequencing) by all
hardware and software products delivered under this contract,
individually and in combination, upon installation. Fault-free
performance includes the manipulation of this data with dates prior to,
through, and beyond January 1, 2000, and shall be transparent to the
user. Hardware and software products, individually and in combination,
shall successfully transition into the year 2000 with the correct
system date, without human intervention, including leap year
calculations. Hardware and software products, individually and in
combination, shall also provide correct results when moving forward or
backward in time across the year 2000. (xiv) DPAS rating is N/A. (xv)
No CBD notes apply. (xvi) Proposals are due 11 SEP 1997 at 2:00PM
local time at the FISC Norfolk Detachment Washington Customer Service
Center, 901 M. Street., SE, Washington Navy Yard, Bldg. 200, 4th Floor,
Washington, DC 20374-5014. (xvii) For questions regarding this specific
acquisition contact Ms. Beverly A. Sivels on (202) 433-3978. Offerors
MUST acquaint themselves with the NEW regulations concerning Commercial
Item acquisition contained at FAR Subpart 12 and must ensure that all
Representations and Certifications are executed and returned as called
for in this synopsis/solicitation (0240) Loren Data Corp. http://www.ld.com (SYN# 0322 19970902\70-0011.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|