|
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1998 PSA#2145Contracting Officer (90C), VA Medical Center, 150 South Huntington
Avenue, Boston, MA 02130 70 -- BRAND NAME OR EQUAL -- HEWLETT PACKARD VECTRA VL7 333 SOL RFP
523-27-98 DUE 082498 POC Steve Lawson, Contracting Officer,
617-232-9500, extension 5527 E-MAIL: Click here to contact the
Contracting Officer via, michael.kennison@med.va.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. THIS ANNOUNCEMENT
CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A
WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER RFP
523-27-98 IS BEING ISSUED AS A REQUEST FOR PROPOSAL USING SIMPLIFIED
ACQUISITION PROCEDURES. This solicitation is 100% set aside for small
business. This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-04.
The Standard Industrial Classification Number is 3571, and the business
size standard is 1000 employees. DESCRIPTION: The following
specifications are issued as Brand Name or Equal specifications. With
that, the term "or equal" is not added to each item/component
description, but is instead stated here and applied to all items and
components discussed hereafter. (1)The offeror shall provide equipment
which will consist of eighteen(18)Hewlett Packard Vectra VL7 333 with
processor Pentium II, processor speed 333.00 Bus speed 66MHZ CPU
Upgradeable, multi-processor supported, RAM (MB) 384.00 Hard Drive (GB)
6.40 Hard drive controller type EIDE floppy drive(s) installed; 1.44MB
Number of USB ports, two video memory installed; 8MB video memory
upgradeable to 16.00 case type MINI TOWER half height bays 3.00 16 bit
ISA slots, 2.00 PCI slots; 2.00 shared PCI/ISA slots; 2.00 AGP slots
None total slots; 6.00 Operating system included WINDOWS NT Type
fax/modem indluded-56k courier v.90 fax/modem full duplex CD-ROM
included (maximum X) 24.00 Multimedia sound installed; 16 bit SOUND
PS/2 Mouse port LAN interface included-integrated chip, 100Mb,ip
Certified Novell, DMI compliant; Manufacturer's warranty (36 months) &
full on-site service to include parts and labor. (2)three(3)Hewlett
Packard Vectra VL7 333 with processor Pentium II, processor speed
333.00 Bus speed 66MHZ CPU Upgradeable, No multi-processor supported,
No RAM (MB) 384.00 Hard Drive (GB) 6.40 Hard drive controller type EIDE
floppy drive(s) installed; one 1.44MB, and one Iomega zip drive; Number
of USB ports two, 8MB video memory upgradeable to 16.00 case type MINI
TOWER half height bays 3.00 16 bit ISA slots, 2.00 PCI slots; 2.00
shared PCI/ISA slots; 2.00 AGP slots None total slots; 6.00 Operating
system included WINDOWS NT Type fax/modem indluded-56k courier v.90
fax/modem full duplex CD-ROM included (maximum X) 24.00 Multimedia
sound installed; 16 bit SOUND PS/2 Mouse port LAN interface
included-integrated chip, 100Mb,ip Certified Novell, DMI compliant;
Manufacturer's warranty (36 months) & full on-site service to include
parts and labor. This requirement is for Brand Name or Equal. If
submitting an equal product, please include with your quotation
detailed specifications as to what is being proposed. The vendor shall
deliver all line items FOB Destination to The VA Medical Center,
General Warehouse, 150 South Huntington Avenue, Boston, Massachusetts
02130. Required delivery time is six weeks from award. All products
shall be fully integrated prior to delivery. Products offered under the
terms of a Federal Supply Schedule contract shall be so stated to
include contract number and terms and a copy of the pertinent pages of
the contract shall be provided with the proposal. The Government will
award a purchase order 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. The provisions at 52.212-1 Instructions to
Offerors-Commercial Items applies to this acquisition with the
following adenda: Per FAR 12.603(b) the SF 1449 is not used. The
offeror agrees to hold the prices in its offer firm for 90 days after
Government receipt of proposals. Any responsible small business source
may respond no later than 3:30 pm local time, August 24, 1998. All
such responses will be evaluated in accordance with FAR 52.212-2
Evaluation-Commercial Items. The following evaluation criteria shall be
used to evaluate offers. (1) Technical Capability-ability to provide
the products stated herein of the same or better functional
characteristics (2) Schedule: Ability to meet or exceed the required
delivery date (3) Past Performance -- ability to consistently deliver
and maintain quality and timely service during warranty period (4)
Total proposed price, inclusive of warranty period -- most advantageous
price considering all other factors. Evaluation criteria is listed in
descending order of importance. The Offeror shall clearly demonstrate
how the products proposed meet the requirements set forth herein
regardless of how offered (e.g. open market, Federal Supply Schedule).
All offerors shall submit the following as part of their proposal:
Technical description and/or product literature; Description of
commercial warranty; two copies of the most recently published price
list; and two copies of a price proposal addressing the required items.
No fax offers will be accepted. All offers should be sent to Mr. Steven
Lawson, Contracting Officer (90C) at the VA Medical Center, 150 South
Huntington Avenue, Boston, Massachusetts 02130 by no later than 3:30 pm
local time August 24, 1998. Posted 07/23/98 (W-SN227398). (0204) Loren Data Corp. http://www.ld.com (SYN# 0444 19980727\70-0017.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|