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