|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1998 PSA#2029National Imagery and Mapping Agency, PCU/D-88, 4600 Sangamore Road,
Bethesda, MD 20816-5003 70 -- CD-R DUPLICATOR SOL NMA201-98-R-0023 DUE 030398 POC Contracting
Officer, Jeannie Kampschroeder or Contract Specialist, Linda Grasso,
(301) 227-2158, FAX (301) 227-2218 This announcement is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in subpart FAR 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. The solicitation number is
NMA201-98-R-0023 and this solicitation is issued as a request for
proposal (RFP). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-02. This is a total small business set-aside. The Standard
Industrial Classification Code is 5045 and the business size is 500
employees. The National Imagery and Mapping Agency wishes to procure a
system, one line item, CLIN 0001, that allows for the duplication of
multiple CDRs. This system must duplicate 20 CDRs at once and/or copy
multiple images to multiple CDR's simultaneously (example: 20 different
images to 20 differenct CD-R drives andburn them independently all at
the same time). This should be a RAID configured system with at least
two complete sets of hard drives. The two hard drives (at least 6 GB
RAID) shall be configured with the operating system on each set. This
hotswappable drive configuration shall allow the user to remove
multiple levels of sensitive information from the machine by taking the
drive out of the system for greater security. The system must be Y2000
compliant. The system must be capable of recording a disc in any
standard CD-ROM format including: Red Book, Yellow Book, White Book,
Orange Book II, Blue Book, ISO 9660, Rock Ridge, ISO 13490 and Hybrid.
The system shall meet, at a minimum, the following specifications:
Modular Case; Pentium 200Mhz or greater; 1.44 MB Floppy Disk Drive; 2
-- Hotswappable power supplies; Keyboard and Mouse; 24x CD ROM Drive;
7 to 14 GB Exabyte tape drive w/8mm tape; 128 MB RAM; 20 -- 4X CDR
Drives; 2 MB VRAM; 17" SVGA Monitor; Jaz Drive; Ethernet Card; 2 --
hotswappable AV rated 6 GB RAID hard Drive arrays or greater; Windows
NT 4.0 operating system; duplication software; one year warranty on
parts and labor, tech support included. Delivery is expected to be FOB
destination to NIMA, 3200 South Second Street, St. Louis, MO, 30 days
after award of contract (AOC). The provision at 52.212-1, Instruction
for Offerors-Commercial Items, applies to this acquisition. Interested
parties shall submit offerors which include the 11 items outlined in
FAR 52.212-1(b). The Government intends to evaluate offers and award a
contract without discussions with offerors. However, the Government
reserves the right to conduct discussion if later determined by the
Contracting Officer to be necessary. Provision at 52.212-2
Evaluation-Commercial items, is hereby incorporated by reference. The
Government intends to award a contract to the responsible offeror,
whose past performance is acceptable, whose offer conforms to the
solicitation to satisfy the Government's need, and whose offer will be
most advantageous to the Government cost or price considered. Offerors
are to include a complete copy of the provision at 52.212-3, Offeror
Representations and Certifications-Commercial Items, with offer. In
accordance with provision at 252.204-7001, Cage Code Reporting, Offeror
is to provide CAGE code with offer. The offer is to include offeror's
9-digit Data Universal Numbering System (DUNNS) number. The clause at
52.212-4, Contract Terms and Conditions-Commercial Items, is hereby
incorporated by reference. The clause at 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Order-Commercial
Items, is hereby incorporated by reference (including: 52.222-3;
52.233-3; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-47). The
following DFARS clauses are hereby incorporated by reference:
252.225-7001; 252.227-7015 Offers are to be delivered to the National
Imagery and Mapping Agency address listed above, ATTN: Linda Grasso, no
later than 3 March 1998, 3:00 P.M., local time. The offeror agrees to
hold the prices in its offer firm for 30 calendar days from the date
specified for receipt of offers. (0037) Loren Data Corp. http://www.ld.com (SYN# 0296 19980210\70-0001.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|