Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1998 PSA#2060

DIRECTORATE OF CONTRACTING, UNITED STATES MILITARY ACADEMY, BUILDING 681, WEST POINT, NY 10996

70 -- COMPUTER, 233 PENTIUM II W/MMX INTEL PROCESSOR SOL DAAG60-98-Q-0090 DUE 040698 POC Contract Specialist TRACY FETCHIK Phone: 914-938-5858 Fax: 914-938-5855 E-Mail: yt6798@ trotter.usma.edu (Site Code DAAG60) (i) This is a combined CBD 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) The solicitation number is DAAG60-98-Q-0090 and is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. (iv) This acquisition is 100% set-aside for small business concerns. The associated standard industrial classification (SIC) code is 3571 with a small business size standard of 1,000 employees. (v) The solicitation contract line item number, quantity, unit, and end item description is as follows: Line Item 0001. Quantity = 140. Unit = Each. Description: COMPUTER, 233 PENTIUM II w/MMX INTEL PROCESSOR. Available funding is $1,435.00 per system. This is the maximum amount the Government is able to fund for item 0001. Required and desired features offered shall be no more than this funding per system. (vi) Additional pertinent information, to include Computer Specifications, Tailoring of Provisions and Clauses, Proposal Format and Content, Evaluation Factors are available at "http://www.usma.army.mil/DOC/cs105.htm" or will be made available upon request. (vii) Prices quoted shall be FOB destination. Delivery shall be completed within 60 calendar days after receipt of award. Delivery shall be made to: Supply Support Warehouse, Bldg. 917, USMA, West Point, NY 10996. (viii) The Federal Acquisition Regulations (FAR) provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The FAR provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. (x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 1997), applies to this acquisition. Offerors shall include a completed copy of FAR 52.212-3 with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 1996), applies to this acquisition. The following additional clauses cited in FAR 52.212-5 by reference are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. (xiii) The Defense Federal Acquisition Regulation Supplement (DFARS) provision at 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 1997), applies to this acquisition. The following additional clauses cited in DFARS 252-212-7001 by reference are applicable to this acquisition: 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7007, Trade Agreements. (Offerors shall include a completed copy of provision 252.225-7006, Buy American Act-trade agreements-Balance of Payments Program certificate with their offer); 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data. (xiv) The following additional provisions/clauses are applicable to this acquisition: 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; 52.225-11, Restrictions of Certain Foreign Purchases; 52.204-6, Contractor Identification Number-Data Universal Numbering System (DUNS) Number; 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; 52.211-5, Material Requirements; 52.223-11, Ozone Depleting Substances; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.227-19, Commercial Computer Software-restricted rights; 52.0039-4001, Year 2000 Warranty -- Commercial Supply Items. (xv) Each Offeror shall review the preceding clauses and provisions incorporated by reference in paragraphs (viii) through (xiv) above and return a completed copy of FAR 52.212-3, DFARS 252.225-7006 along with their offer. (xvi) The full text of FAR and DFARS provisions and clauses may be accessed electronically at these addresses: "http://www.arnet.gov/far", "http://farsite.hill.af.mil", "http://www.dtic.mil/dfars", or will be made available upon request. The full text of 52.0039-4001, Year 2000 Warranty, is available at "http://www.usma.army.mil/DOC/cs105.htm". (xvii) Offers, including completed provisions, shall be submitted on or before 4:30 pm EST, 6 April 1998, to: Directorate of Contracting, CSDII, Attn: Tracy Fetchik, Bldg. 681, USMA, West Point, NY 10996. Faxed quotes will not be accepted. All responsible small business sources may submit an offer which will be considered. (0083)

Loren Data Corp. http://www.ld.com (SYN# 0325 19980326\70-0006.SOL)


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