|
COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1999 PSA#2397Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn
Station, Arlington, VA 22219-0244 59 -- TIMEPLEXEQUIPMENT Y2K-RELEASE 11 UPGRADE SOL S-LMAQM-99-R-0138
DUE 080499 POC Mr. Robert Wissman, Contracting Officer
703/875-6059,Fax:703/875-6085 This is a COMBINED 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. This solicitation is issued as a Request for Proposals (RFP)
under S-LMAQM-99-R-0138. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-12. The Standard Industrial Classification (SIC) code is
3669; size standard 750 employees. The Bureau of Information Resource
Management of the Department of State (DoS) requires QTY 1 Timeplex
Equipment Y2K -- Release 11 Upgrade to include the following: Repair
QTY 47 Timeplex NCL -- Network Module (Phase 7&9 to Phase 11-Rev Level
"L"); Repair QTY 69 Timeplex ILC.2-Interlink Modules (Phase 7&9 to
Phase 11-Rev Level "L"); Repair QTY 1 Timeplex ILC.2 Phase 11; QTY
1Timeplex Rev Level "L" Firmware for NCL; QTY 1 Timeplex Rev Level "L"
Firmware for ILC.2. Government will ship the equipment to be upgraded
to the vendor. Vendor shall deliver the upgraded equipment and
firmware to U.S. Department of State, 2201 C Street, N.W., Room B-235,
Washington, D.C. 20520. Required delivery date is 30 days after vendor
receipt of equipment to be upgraded, with FOB point at destination. The
provision at FAR 52.212-1, Instructions to Offerors-Commercial applies
to this acquisition. Offerors shall include a completed copy of the
provision at FAR 52.212-3, Offeror Representations and
Certification-Commercial Items with offer. The following clauses apply
to this acquisition and will be included in the resulting contract:
FAR 52.212-4 Contract Terms and Conditions -- Commercial Items, and FAR
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items, including FAR 52.203-6;
52.219-8; 52.219-23, Para. (b)(1) Fill-In: "Ten Percent"; 52.222-21;
52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-18; 52.225-21;
52.232-34; 52.239-1; and 52.247-64. The full text of a clause may be
accessed electronically at this address: http://www.arnet.gov/far. The
Department of State Year 2000 Warranty Clauses for Commercial Supply
Products and Arab League Boycott of Israel apply and will be
incorporated in full text in the resulting contract. Offers may be
mailed to the address listed at the beginning of this synopsis or sent
by express mail or hand-carried to U.S. Department of State, Attn:
Robert Wissman, 1701 North Ft. Myer Drive (enter building on N. 17th
Street), Arlington, VA 22209. Regular mail cannot be received at the
Ft. Myer Drive address. Offers (2 copies) must be received in Room 528
by 4:00 p.m. Eastern Time on August 4, 1999. Offers shall be provided
on Company Letterhead stationary and shall provide this office the
following information: Company Name, address, telephone number
including fax, price, any discount terms for prompt payment, DUNS#, TAX
ID#, and correct mailing and remittance addresses. The Government will
evaluate offers in response to this solicitation without discussions
and will award a firm-fixed-price contract to the responsible offeror
whose offer, conforming to the solicitation, will be most advantageous
to the Government, considering only price. Failure to comply with the
requirements of this synopsis will render an offer unacceptable and
ineligible for award. This notice does not commit the Government to
procure the item listed herein. Amendments, if required, will be posted
in the CBD. ***** Posted 07/26/99 (W-SN359084). (0207) Loren Data Corp. http://www.ld.com (SYN# 0308 19990728\59-0017.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|