|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15,1997 PSA#1951Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 70 -- GENERAL PURPOSE AUTOMATIC DATA PROCESSING EQUIPMENT SOFTWARE,
SUPPLIES AND SUPPORT EQUIPMENT SOL N00164-98-Q-0004 DUE 102097 POC Ms.
Diane Pearson, Code 1163W7, telephone 812-854-5201, fascimile
812-854-3465/Ms. Teresa Brough, Code 1163WT, Contracting Officer WEB:
Naval Surface Warfare Center's homepage, www.crane.navy.mil. E-MAIL:
Click here to contact Purchasing Agent, pearson_d@crane.navy.mil. 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 procurement is
reserved for small business. FAR 52.219-6, Alt. 1 applies. This
announcement constitutes the only solicitation; quotes are being
requested and a written solicitation will not be issued. Solicitation
Number N00164-98-Q-0004 is issued as a Request for Quotation.
Solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-1 and Defense
Acquisition Circular 91-12. The Standard Industrial Classification Code
for this procurement is 3571. The size standard is 1000 employees. This
requirement is for BRAND NAME ONLY -- NO SUBSTITUTIONS WILL BE
ACCEPTED. The equipment will be used as replacement parts in
pre-existing equipment and must remain the same because of
configuration requirements and software compatibility. This action is
for the procurement of 4 each Hewlett Packard 1000/Micro 2434A CPUs.
Each of the 4 CPUs must contain 1 each Hewlett Packard 12103L 4Mb
parity memory board; 1 each Hewlett Packard 12038A 2-edge memory
connector; 3 each Hewlett Packard 12009A HP-IB board, cable; 3 each
Hewlett Packard 12006A parallel Interface Board; 1 each Hewlett Packard
12076A LAN interface card; 1 each Hewlett Packard 12016A SCSI Interface
kit. The requirement is for new or pre-owned equipment. If the
equipment is pre-owned, a 120 day warranty is required. If the
equipment is new the standard warranty policy will apply. This will be
a firm fixed price contract and will be awarded utilizing Simplified
Acquisition Procedures. The shipping terms will be F.O.B. destination,
Naval Surface Warfare Center, Crane IN, with inspection/acceptance at
destination. Acceptance period is in accordance with FAR 52.252-4,
Alterations In Contract -- Required inspection period is 15 days. The
required delivery date is 30 days after contract award.. FAR
Clauses/Provisions 52.203-3 Gratuities, 52.212-1 Instructions to
Offerors -- Commercial Items, 52.212-4 Contract Terms and Conditions --
Commercial Items, 52.212-5 Contract Terms and Conditions Required to
Implement Statues or Executive Orders -- Commercial Items
(incorporating FAR 52.222-35 Affirmative Action for Special Disabled
and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped
Workers, 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, 52.225-3, 52.25-18 European Community
Sanctions for end Products, 52.225-19 European Community Sanctions for
Services, 52.225-21 Buy American Act -- North American Free Trade
Agreement Implementation Act -- Balance of Payments Program, 52.219-14
Limitation on Subcontracting, and 252.227-7015 Technical Data --
Commercial Items) apply to this acquisition. Offerors responding to
this announcement must provide the information contained in 52.212-1,
Instruction to Offerors -- Commercial items and must include a
completed copy of provision 52.212-3, Offeror Representations and
Certifications -- Commercial items. The offeror should also provide its
Commercial and Government Entity (CAGE) code, DUNS Number and Tax
Identification Number. If a change occurs in this requirement, only
those offerors that respond to this announcement within the required
time frame will be provided any changes/ amendments and considered for
future discussions and/or award. The Government intends to award to
the responsible contractor whose quotation is the most advantageous to
the Government considering price and price-related factors. This
solicitation will be evaluated on the following factors: Technical
specification compliance, past performance, and price. Technical
specification compliance and past performance are equal, and when taken
together are significantly more important than price. The Government
will award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will
bemost advantageous to the Government, price and other factors
considered. The following facts shall be used to evaluate offers: The
Contractor shall provide past performance for same/similar
products/specifications, with other Government Agencies, public or
local Government for the past three years. The Contractor shall extend
to the Government the full coverage of any standard commercial
warranty normally offered in a similar commercial sale, provided such
warranty is available at no additional cost to the Government. The
written quotes and the above required information must be received at
this office by 20 October 1997 at 3:00 PM Central Time. Proposals may
be sent to: Contracting Officer, Bldg. 3251 (ATTN: Diane L. Pearson,
Code 1163W7) NAVSURFWARCENDIV, 300 Hwy 361, Crane, IN 47522-5011. All
responsible sources may submit an offer which will be considered by the
agency. Submit responses to Diane Pearson via e-mail at pearson_
d@crane.navy.mil. (Numbered Note 2 applies.) (0283) Loren Data Corp. http://www.ld.com (SYN# 0205 19971015\70-0004.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|