Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1999 PSA#2407

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

J -- MAINTENANCE ON 28 EACH IBM TP365 LAPTOP COMPUTERS FOR PWC SAN DIEGO SOL N00244-99-T-B027 DUE 082799 POC Contracting Officer @619-532-2588; FAX 619-532-2347 WEB: click here to review other requirements for FISC San, http://sd.fisc.navy.mil. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.edi.disa.mil for more information. FISC San Diego is announcing its intent to issue an unrestricted procurement; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-99-T-B027 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11 and Defense Acquisition Circular 91-13. The standard industrial code is 7378, and the business size standard is $18 million. The agency need is for a maintenance contract for IBM laptop computers for PWC in San Diego. This requirement is for a fixed priced contract for five line items as follows: maintenance for 28 IBM laptop computers; mdl TP365. The customer requires the service in this format: call the vendor and set-up a one day shipping to repair station, a two day repair time, and a one day shipping time for return of the laptops. This contract will have a base year and four option years as follows: base -- 10/01/99 through 9/30/99; first option -- 10/1/00 through 9/30/01; second option -- 10/1/1/01 through 9/30/02; third option -- 10/1/02 through 9/30/03; fourth option -- 10/1/03 through 9/30/04. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation -- Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors -- Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 08-27-99, and will be accepted via fax (619-532-2347) or via e-mail (jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. Posted 08/09/99 (W-SN365253). (0221)

Loren Data Corp. http://www.ld.com (SYN# 0031 19990811\J-0003.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page