|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1998 PSA#2083National Imagery and Mapping Agency PCU, D-88, 4600 Sangamore Road,
Bethesda, MD 20816-5003 70 -- PROCURE DIGITAL VERSATILE (OR VIDEO) DISK (DVD) EQUIPMENT SOL
NMA201-98-R-0001 DUE 042498 POC Bryan Bock, Contract Specialist (301)
227-5317, FAX 9301) 227-2218. Regina Jennings, Contract Officer This 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-0001 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
97-03. The Standard Industrial Classification code is 5045 and the
business size is 500 employees. The National Imagery and Mapping Agency
wishes to procure the following (3) line items: CLIN 0001 -- Pioneer
DVD-R Recorder w/software, 5 DVD-R Media (Qty 1), CLIN 0002 -- Sony
DVD-ROM Readers (Qty 10), CLIN 0003 -- Pioneer 3.95 GB DVD-R Media (Qty
100). Provide Brand Name or equal. All commercially available
supporting documentation to the hardware and software shall be provided
at no additional cost. Delivery is expected to be FOB destination to
NIMA Navy Yard, Washington, DC 30 days after award of contract (AOC).
Delivery shall be accomplished between the hours of 0900 and 1400 local
time exclusive of Saturdays, Sundays, and federal holidays. The
provision at 52.212-1, instruction for Offerors -- Commercial Items,
applies to this acquisition. Interested parties shall submit offers,
which include the 11 items outlined in FAR 52.212-1(b). Provision at
52.212-2, Evaluation -- Commercial Items, is hereby incorporated by
reference. The following factors shall be used to evaluate offers:
technical acceptability of brand name or equal and price. Award will be
made to that technically acceptable offer of the brand name or equal
whose price is lowest. Offerors are to include a competitive commercial
price list, a complete copy of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items, and the
provision at 252-212-7000, Offeror Representations and certifications
-- Commercial Items, with the offer. In accordance with provision at
252.204-7001, Cage Code Reporting, Offeror is to provide CAGE code with
the offer. The offer is to include offeror's 9-digit Contractor
Establishment Code (CEC). 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; 52.203-6;
52.203-10; 52.219-8; 52.222-26; 52.222-35; 52.222-36; 52.222-37). The
clause at 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders applicable to Defense
Acquisitions of Commercial Items, is hereby incorporated by reference
(including: 252.225-7001; 252.225-7012; 252.225-7036; 252-227-7015;
252-233-7000). Offers are to be delivered to the National Imagery and
Mapping Agency addresslisted above, ATTN: Bryan Bock, no later than 15
days after date of CBD announcement, 3:00 P.M., local time. Facsimiles
will be accepted to facsimile number stated above. The offeror agrees
to hold the prices in its offer firm for 30 calendar days from the date
specified for receipt of offers, unless another time period is
specified. Multiple awards maybe awarded to support this effort.
(0114) Loren Data Corp. http://www.ld.com (SYN# 0306 19980428\70-0011.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|