|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,1999 PSA#2358National Imagery And Mapping Agency, PCN MS: D-88, 4600 Sangamore Road
Bethesda, Md 20816-5003 70 -- COMPUTER HARDWARE SOL NMA100-99-R-0010 POC Harriet Saulsbury,
contract Specialist, 301 227-7835, 301 227-2218 FAX This is a combined
synopsis/solicitation for commerical 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. A WRITTEN SOLICITATION WILL NOT BE ISSUED. ALL
INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION:
Offeror's 9-digit Contract Establishment Code (CEC); Federal Tax
Identification Number (TIN); Dun & Bradstreet Number (DUN); remit to
address if different, and business size. This procurement is to be
unrestricted. The National Imagery and Mapping Agency intends to
procure the following items: (1.) Equipment Rack P/N: IMRAK 1400 Mfr
by: APW Qty: 100 ea. (2.) Power sequencer P/N: PC585-C1/MTD Mfr by:
Pulizzi Qty: 100 ea. (3.) Ormac III 108 Port Patch Panel Mfr by:
Ortronics P/N: OR-61500198 Qty: 12 ea. (4.) Cable Management Panels
P/N: OR-60400197 Mfr by: Ortronics Qty: 126 ea. (5.) Enhanced CAT-5/4
Pair Cable Mfr by: Mohawk/CDT P/N: Megalan 400 Qty: 300,000.00 ft. (6.)
62.5/125U FDDI plus Duplex Fiber Optic Cable Mfr by: Berk-Tek P/N:
ICROXOCA3209/26 Qty: 100,000.00 ft. Offerors agrees to hold the prices
firm for 60 calendar days from the date specified for receipt of
offers, unless another time period is specified. The solicitation
number is NMA10099R0010 and is issued as a request for proposal (RFP).
The solicitation and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-11 and Defense FAR
Supplement 91-13. Deliver is expected to be FOB destination to NIMA
Washington Navy Yard, Washington, DC, within 30 days after award of
contract. Offers are to be completed and delivered to the address
listed above by 11 June 1999 by 1:00 P.M. local time, ATTN: Harriet
Saulsbury, 301-227-7835(voice) / 301-227-2218(FAX). Facsimiles will be
accepted, please call to confirm receipt of facsimiles. All responses
from responsible sources received by 11 June 1999, 1:00 P.M. Local
time will be considered. 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. Award will be made t the technically
acceptable offer whose price is lowest. Offeror will be ineligible for
award if it is not requistered in the Central Contractor Registry
(CCR). All information technology must be year 2000 Compliant IAW the
definition under FAR 39.00. Offers are to include a commercial price
list, a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications Commercial Items, and the provision
at DFARS 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 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, 52.232-33,
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 Statues or Executive Order 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). Posted 05/28/99 (I-SN337042). (0148) Loren Data Corp. http://www.ld.com (SYN# 0298 19990602\70-0005.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|