|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,1997 PSA#1915U.S. Department of Agriculture, Office of Inspector General, Contract
and Procurement Branch, 1400 Independence Avenue, SW., STOP 2304,
Washington, DC 20250-2304 70 -- SEAGATE SOFTWARE/UPGRADES/EXTERNAL TAPE DRIVES/TAPES SOL
RFQ-OIG-97-1 DUE 090897 POC Tina M. Jones, (202) 720-5931, Contract
Specialist. The Office of Inspector General has a requirement for the
purchase of Seagate storage managers and upgrades, external tape
drives, and meter tapes or its functional equivalent. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in 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. All proposals must reference
the Request for Quotation (RFQ) Number, RFQ-OIG-97-1. This solicitation
document and incorporated provisions and clauses are those in effect
through FAC 90-46. It is the Contractor's responsibility to be familiar
with all applicable clauses and provisions. This requirement is being
issued as a 100 percent small business set-aside for small business
concerns only. The Standard Industrial Code (SIC) determined for this
acquisition is 5734, and the small business standard is $6.5 million.
Contract Line Item Number (CLIN) 0001 is for eight each Part No.
STD68000N Seagate 4GB SCSI 4mm DAT external tape drive with 8GB
compressed storage upgrade; CLIN 0002 is for seven each Part No.
SSM41-NW-SE-C Seagate Storage Manager V4.11 for Netware 4.11 upgrade
from Palindrome single server; CLIN 0003 is for one each Part No.
SSM41-NW-ME-C Seagate Storage Manager V4.11 for Netware 4.11 upgrade
from Palindrome multiserver; CLIN 0004 is for two each Part No.
SSM41-NW-SE-C Seagate Storage Manager V4.11 for Netware 4.11 single
server; and CLIN 0005 is for 250 each 4mm DAT 120 meter tapes for use
with the Seagate 4gb SCSI 4mm DAT external tape drive (with 8GB
compressed storage upgrade). All CLINS shall be delivered and accepted
FOB destination to USDA/OIG, 1400 Independence Avenue SW., Room 46-E,
J.L. Whitten Federal Building, Washington, DC 20250, not later than 30
days after contract award. Offerors are advised that the following FAR
provision and clauses apply to this procurement 52.212-1 Instructions
to Offerors -- Commercial Items; 52.212-2 Evaluation -- Commercial
Items, with the following evaluation factors inserted in paragraph "a"
of the provision: (1) Proposals will be evaluated for technical
acceptability of the items offered, (2) proven performance, and (3)
price. To be determined technically acceptable, offerors' items must
meet the Government's minimum needs as specified above. Technical
acceptability and proven performance are substantially more important
than price. The Government intends to make a single contract award
resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. This evaluation of the
technical proposal applies to all CLINS. Each offeror is required to
submit product descriptive literature with their offer. Product
descriptive literature shall be in the form of drawings; manufacturers
specifications; commercially printed brochures, catalogs, advertising
which provides detailed description of the salient characteristics of
the items offered; or any other technical data sufficient to determine
the offered items has the capability to meet the Government's minimum
requirement specifications. Offeror Representations and
Certifications-Commercial Items, FAR 52.212-3, are applicable to this
requirement, and offerors shall include a completed copy of the
Representations and Certifications with their proposal. The following
clauses are incorporated into this solicitation. 52.212-5 Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
-- Commercial Items with the following clauses cited in subparagraph
(b) of this clause being applicable to this acquisition: 52.203-6
Alternate I, 52.203-10, 52.219-8, 52.219-8, 52.219-14, 52.222-26,
52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-9, and 52.212-4,
Contract Terms and Conditions -- Commercial Items. All price proposals
shall be received at the U.S. Department of Agriculture, Office of
Inspector General, 1400 Independence Avenue SW., Room 40-E, J.L.
Whitten Federal Building, Washington, DC 20250-2300, via U.S. Mail,
hand-carried, or direct delivery not later than 3 p.m., EST, September
8, 1997. Offerors are required to submit an affirmative response that
shall include an original letter signed by an individual authorized to
bind the organization, with a schedule of offered supplies with unit
and total prices for the particular CLIN and grand total for all five
CLINS, (2) technical literature, (3) published price list if available,
(4) completed representations and certifications, and (5)
acknowledgement of any amendments that may be issued. Any amendments
that may be issued will be published in the CBD the same as this
combined synopsis/solicitation. Responses received without product
descriptive literature attached/enclosed shall be deemed nonresponsive
and technically unacceptable. NO SOLICITATION DOCUMENT EXISTS.
REQUESTS FOR SUCH DOCUMENTS WILL BE CONSIDERED NONRESPONSIVE AND NOT
VALID FOR FURTHER CONSIDERATION. (0232) Loren Data Corp. http://www.ld.com (SYN# 0411 19970822\70-0016.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|