|
COMMERCE BUSINESS DAILY ISSUE OF MAY 4,2000 PSA#2593U.S. Department of the Interior, National Business Center, 505
Marquette N.W., Suite 1402, Albuquerque, NM 87102 70 -- BIA-OIRM COMPUTER HARDWARE AND SOFTWARE SOL NBCA0R00007 DUE
051900 POC Sharon L. Marianito, Contract Specialist, (505) 248-6313
E-MAIL: Click here to contact Sharon L. Marianito, Contract,
SharonMarianito@bia.gov. 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. Pursuant to the Buy Indian Act, as amended, this procurement is
a total set aside for Native American/American Indian owned companies
as defined -- at least 51% owned and operated by Native
Americans/American Indians who are enrolled members of Federally
recognized Tribes. This announcement constitutes the only solicitation;
proposals are being requested and a written solicitation will not be
issued. This procurement is for computer hardware and software for the
Department of Interior, Bureau of Indian Affairs, Office of
Information Resources Management, Reston, VA. This solicitation is for
a specific make and model, no others will be considered. There are
thirteen (13) delivery sites. The list of ship-to locations will be
provided, by Sharon L. Marianito, to those offerors who request it.
Delivery shall be FOB Destination, and received at the multiple
locations within 45 days after receipt of award. Acceptance will be at
each identified location, and by the cognizant Government Official --
identified on the ship-to list. FAR 52.212-2 Evaluation-Commercial
Items shall apply. Offerors shall include a completed copy of the
provision at FAR 52.212-3 Offeror Representations and
Certifications-Commercial Items, with their offer. FAR clause 52.212-4
Contract Terms and Conditions-Commercial Items, along with FAR
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders-Commercial Items, applies to this procurement. All
items provided shall be Y2K compliant, and warranted as such.
Proposals for the following Contract Line Item Numbers (CLINs) are due
by 4:00 pm, MST May 19, 2000 to the contracting office address listed
above and/or faxed to (505) 248-6328, Attention: Sharon L. Marianito.
CLIN 1.) Dell Optiplex GX110 MiniTower w/ 600 MHz Pentium III
Processor w/256K Cache & 3Com 10/100 Integrated NIC (G1160CT
[220-3562]);128 MB Non-ECC SDRAM (1 DIMM) (128N [311-2533]); Integrated
Intel 3D graphics with Direct AGP and 4MB Display Cache (INTVID
[320-3920]); Integrated 3Com Etherlink 10/100 with ACPI and Remote
Wake-Up (INTNIC [430-3061]); 10 GB 7200 RPM, EIDE Hard Drive (10
[340-9198]); 17 in. (16.0 in. Viewable) Dell P780 UltraScan Trinitron
Monitor (P780 [320-381]); 3.5" 1.44MB Floppy Drive (3 [340-3224]);
20/48X Internal EIDE CD-ROM (CD48 [313-0619]); Sound Blaster AudioPCI
(64 Voice) for use without Optical Device (SB64 [313-0690]); MS Elite
(Natural) Keyboard (EK [310-3551]); MS IntelliMouse (IM [310-3556]);
Windows 98 2nd Edition (FAT32) Pre-installed (incl. CDs and Full
Documentation (982E2 [420-8810]); Harmon/Kardon Speakers (HK
[313-4550]); 3 Year Next Business Day On-site service; CLIN 2.)
Symantec Norton Anti-Virus 2000 Software Pre-installed (incl. CDs Media
& Full Documentation); CLIN 3.) Microsoft Office Professional 2000
Pre-installed (incl. CDs Media & FullDocumentation). Posted
05/02/00 (W-SN450540). (0123) Loren Data Corp. http://www.ld.com (SYN# 0264 20000504\70-0004.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|