COMMERCE BUSINESS DAILY ISSUE OF JUNE 26, 2001 PSA #2880
SOLICITATIONS
J -- MAINTENANCE, REPAIR AND REBUILDING OF EQUIPMENT FOR CADD SYSTEM AT NASHVILLE DISTRICT CORPS OF ENGINEERS
- Notice Date
- June 22, 2001
- Contracting Office
- US Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN 37202
- ZIP Code
- 37202
- Solicitation Number
- DACW62-01-T-0038
- Response Due
- July 13, 2001
- Point of Contact
- Beryl C. Newsome, Contract Specialist, 615-736-7933, James G. Cook Contracting Officer, 615-736-5679
- E-Mail Address
- E-mail for contact on this requirement. (Beryl.C.Newsome@usace.army.mil)
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation will not be issued. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC97-27. This procurement is set-aside for small businesses and the NAICS Code is 541512, and the small business size standard is $18 million. This Solicitation is being submitted as a Request for Quote (RFQ). All RFQs are due by close of business on 13 July 2001. Quotes may be submitted by fax to 615-736-7214, mailed to Department of the Army, Nashville District Corps of Engineers, Contracting Officer, Attn: Beryl C. Newsome, P. O. Box 1070, Nashville, TN 37202 or e-mailed to Beryl.C.Newsome@usace.army.com. DESCRIPTION, QUANTITY, UNIT, PRICE TOTAL: This requirement is for a one year (12 month) maintenance agreement for the Nashville District Corps of Engineers CADD System. (1) Coverage: Maintenance coverage will be between the hours of 00730 and 1530, Monday through Friday excluding scheduled holidays. A list of federal holidays will be provided to the vendor. (2) Response time: A minimum response by phone will be 1 hour. If a site visit is required, a minimum response time of 4 hours is mandatory. (3) Downtime: If a piece of critical equipment is down for more than 24 hours, the vendor must provide a loaner piece of similar equipment until the problem is solved. Critical equipment is defined as servers, raid systems, and plotters. (4) On-site Technician: Vendor will provide an on-site technician two days per week in order to provide preventative maintenance, system diagnosis, and OEM modifications. (5) Equipment covered: 2 Hewlett Packard Printers 755CM; 5 Hewlett Packard Printers LJ-4MV; 1 Hewlett Packard Printer 8150; 7 Hewlett Packard Printers LJ4; 2 Hewlett Packard Printers LJ 4050TN; 1 Hewlett Packard Printer LJ5; 1 Hewlett Packard Printer 350C; 3 Hewlett Packard Printers LJ 2100M; 1 Hewlett Packard Printer Color LJ 4500; 1 Hewlett Packard Printer LJ 4050; 4 Hewlett Packard Printers LJ 1100; 1 Hewlett Packard Printer 2100; 1 Hewlett Packard Printer Color 8500N; 1 Hewlett Packard Printer Color LJ 5M; 1 Hewlett Packard Printer LJ 8100 DN; 1 Hewlett Packard Printer Design Jet 750; 1 Hewlett Packard Printer 2500 CM; 1 Intergraph Server TD-225, 196mb,4.2 GB; 1 Intergraph Server TD-400, 128mb, 2 GB; 1 Intergraph Server SMP32, 256mb, 5@4GB; 1 Intergraph Server IS9000, 512mb, 6@9GB; 1 Intergraph Server SMP32, 512mb, 4@4.2GB, Intergraph Server IS9000, 512 mb, 6@9GB; 1 IBM Server 300PL, 196mb, 6GB; 1 Intergraph RAID 12@9GB; 1 Intergraph RAID 9@2GB; 1 Intergraph RAID 8@9GB; 8 XI PC/Workstations; 13 Intergraph PC/Workstations, TD225, W/monitors; 12 Intergraph PC/Workstations, TD100, W/monitors; 4 Intergraph PC/Workstations, TD260, W/monitors; 3 Intergraph PC/Workstations, TD400, W/monitors; 1 Intergraph PC/Workstation, TD410, W/monitor; 1 Intergraph PC/Workstation, TD250, W/monitor, 1 MICRON PC/Workstation, Millenia, W/monitor and 3 IBM 300XL W/monitors. This synopsis/solicitation incorporates one or more clauses by reference with the same force and effect as if they were given in full text. The full text of the clause may be accessed electronically at these addresses: http://web1.deskbook.osd.mil/default.asp? or http://www.arnet.gov/far. Provision 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. Addendum to 52.212-1: Contractor must submit two (2) copies of their offer. Provision 52.212-2 Evaluation Commercial Items is applicable. The evaluation criteria is as follows: Technical Proposal must show capability of meeting the requirements and will be considered more important than price. Offerors should submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its quotation. Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. Offerors shall be registered with Central Contract Registration (CCR) to be considered for award. The Government intends to award a firm-fixed price contract to the offeror that is determined most advantageous to the Government. Offer documentation shall contain in sufficient detail information in order to enable government personnel to make a thorough and sound determination. Contractors shall note that award may be made on initial offer without discussions. The Contractor with the lowest cost/price alone will not necessarily be awarded the contract. Mailed, faxed and e-mailed offers will be accepted.
- Record
- Loren Data Corp. 20010626/JSOL001.HTM (W-173 SN50P7T2)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on June 22, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|