Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1998 PSA#2161

Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste 3, Wright-Patterson Afb Oh 45433-5309

70 -- COMPUTER EQUIPMENT SOL F33601-98-R-0172 DUE 083198 POC For copy,, For additional information contact R. Evans/Pkwrs/ [937]257-4872 Item 0001 NSN 7021-LP-819-50400 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F33601-98-R-0172 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05 and Defensed Acquisition Circular 91-13. This procurement is not a small business set aside. See below for a list of solicitation line items: 1lo. Destn: Wright-Patterson Afb Oh 45433-5309. Delivery: 15 Oct 98 1 lo Item 0002 L/I 0001: Silicon graphics Origin 200 server. 4xr10k, 180mhz with 2mb cache (2 tower), 2x4.5gb system disk, Irix 4 Cpus. Part number: L2-s6404-2 Quantity: 5 each. L/I 0002: Skins for rackmount version Origin 200, single tower, includesrack mount kit. Part number: Fto-s1-rmod. Qty: 10 each. L/I 0003: 4.5gb se Ultra Scsi system disk for Origin 200 systems. Part number: Fto-4gb. Qty: 10 ea. L/I 0004: Destination kit for Origin rack Us/canada, 220Vac/1ph. Part number: Dk-ta2-003. Qty: 10 ea. L/I 0005: Irix 6.4.1 operating software for Origin 2000, Origin 200, Onyx 2 and Octane systems. Part number: Sc4-Irix-6.4.1. Qty: 10 ea. L/I 0006: Parts care for L/I 0001. L/I 0007: 1.28gb (10x128mb) memory for L/I 0001, Qty: 1 ea. L/I 0008: Differential ultra Scsi Pci card for Octane as well as dual hosting Origin and Onyx 2 systems with Origin. Qty: 1 ea. L/I 0009: 9.1gb F/w/d Scsi disks. Qty: 9 ea. L/I 0010: Sleds for 9.1gb Scsi disks, Qty: 9 ea. L/I 0011: 9 slot rack for 9.1 gb Scsi disks, Qty: 9 ea. L/I 0012: Silicon Graphics O2 workstation, 200mhz, R5000, 1mb sc, 64mb memory, 4gb system disk, 17 inch monitor. Part number: W5-200-4g64. Qty: 6 ea. L/I 0013: Parts care for L/I 0012, Qty: 6 ea. L/I 0014: 1.536Gb memory for L/I 0012, Qty: 6 ea. L/I 0015:9Gb internal Scsi disk for L/I 0012, Qty: 6 ea. L/I 0016: Silicon Graphics O2 Workstation, 250Mhz, R10000, 1Mb SC, 64Mb memory, 9Gb system disk, 17 inch monitor. Part number: W10-250s-9g64. Qty: 1 ea. L/I 0017: Monitor, 20 inch multi-scan, stereo, upgrade for new O2 systems. Part number: Mon-20. Qty: 1 ea. L/I 0018: Parts care for L/I 0016, Qty: 1 ea. L/I 0019: 1.024Gb (4x256Mb) memory for L/I 0016. Qty: 1 ea. L/I 0020: 100Base-T 2-Port Vme interface for challenge Dm, L and Xl, Onyx and Power Series. Part number: C8-100Bt. Qty: 1 ea. L/I 0021: Wiring for all equipment. Qty: 1 lo. L/I 0022: Database transfer to new hardware. Qty: 1 lo. L/I 0023: Installation. Qty: 1 lo. L/I 0024: Full Care Extended Warranty. Qty: 1 lo. Required delivery and installation schedule is FOB Destination, 30 days ARO, to: AFRL/SNAS, Bldg. 23, 2010 Fifth Street, Wright-Patterson AFB, OH 45433-7001. The following provisions and clauses are incorporated by reference into this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial; FAR 52.212-2, Evaluation -- Commercial Items (for paragraph (a), the blanks are completed as follows: "the offer that provides the best overall value, technical capability, price and past performance considered"; "approximately equal to"); 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (for para. (b), only the following clauese apply: 52.203-6, 52.203-10, 52.222-26, 52.222-35, 52.222-26, and 52.222-37); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (for para. (b), only the following clause applies: 252.225-7001); DFARS 252.204-7004, Required Central Contractor Registration; and AFFARS 5352.242-9000, Contractor Access to Air Force Installations. All offerors shall return a completed copy of FAR 52.212-3; Offeror Representations and Certifications -- Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications; and DFARS 252.225-7000, Buy American Act and Balance of Payments Program Certificate, All information technology items must be Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations. Furthermore, Year 2000 compliant information technology, when used in combination with other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. This is a DO A70 rated order. All quotes must be received no later than 4:00 PM Eastern, 31 Aug 98, at the office indicated in block 7. Facsimiles will be accepted at (937) 257-6390. Point of contact is Ryan Evans, ASC/PKWRS, (937) 257-4872 x4429, email: evansrr@pkwsmtp.wpafb.af.mil. The approximate issue/response date will be 13 Aug 98. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. Mr. Stephen J. Plaisted has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact the buyer at the telephone number listed above. When requested the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr.Plaisted can be reached at (937) 255-9095, DSN 785-9095. His address is 1790 10th Street, Room 208, Wright-Patterson AFB, OH 45433. Posted 08/14/98 (I-SN237385). (0226)

Loren Data Corp. http://www.ld.com (SYN# 0372 19980818\70-0008.SOL)


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