Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15,1997 PSA#1951

Naval 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