|
COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1999 PSA#239770 -- SWITCH CONTROL PROCESSORS 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 and is in accordance with FAR part 13.5. This
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. This
solicitation, F05604-99-R-9007 is issued as a Request for Proposal
(RFP). The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular. The
Standard Industrial Classification Number is 3571 and the Business Size
Standard is 1000 employees. The proposed contract will be full and open
competition. Pricing for Item Numbers 0001 shall be priced as the item
requested. This is the only product that meets the minimum needs of
the government and constitutes a brand name only requirement.
DESCRIPTION: Line item 0001: Fore Systems P/N SCP-ASXP5, Pentium _ 64
MB DRAM Switch Control Processor (SCP). Currently installed SCP_s will
be returned for credit. Proposal need to be submitted with and without
consideration for the return credit. The provision at 52.212-1,
Instructions to Offerors _ Commercial Items, applies to this
acquisition. The provision at 52.212-2, Evaluation _ Commercial Items
applies to this acquisition with the blanks filled in as follows: Does
the delivery schedule meet the delivery objective? Does the
contractor_s past performance demonstrate satisfactory service?
Offerors should provide company past performance information on at
least two contracts with the Federal government that are similar in
terms of cost and service, performed over the past two years. Past
Performance information should include the governmental contract number
and the name and phone number of a governmental point of contact to
verify past performance. Technical acceptability, delivery schedule,
and past performance when combined, are equally important to price.
Price will be evaluated. Technical acceptability is defines as brand
name only. Offerors should provide technical information on equal
components offered that exceeds the characteristics of the equipment
identified. Offerors who fail to meet the technical requirements may be
considered non-responsive to the RFP. Past performance will be
evaluated using FAR 15.305(a)(2) on a basis of acceptable, unacceptable
or not applicable. Delivery schedule and installation schedule will be
evaluated by less than 30 days, good; 30-60 day acceptable; greater
60days unacceptable. Items will be graded as follows: Does not meet the
standard (-). Meets or exceeds the standard (+). The offeror who has
the most (+) signs on the evaluation factors, and is considered to be
the most advantageous to the Government will be considered the apparent
awardee. The clause FAR 52.215-1 _Instructions to Offerors _
Competitive Acquisition_, and FAR 52.215-1 Alternate I_ applies to this
acquisition. Offerors shall include a completed copy of the provision
at FAR 52.212-3 _Offeror Representations and Certifications _
Commercial Items_, with its offer. The clause FAR 52.212-4, _Contract
Terms and Conditions_Commercial Items_ applies to this acquisition. The
clause at FAR 52.212-5, _Contract Terms and Conditions Required to
Implement Statutes or Executive Orders _ Commercial Items_ applies to
this acquisition. Additional FAR clauses cited within this clause are
applicable to this acquisition: Paragraph (b) 1. The following clauses
are also applicable to this acquisition: FAR 52.203-11, Certification
and Disclosure Regarding Payments to Influence Certain Federal
Transactions_, FAR 52.203-12, Limitation on Payments to Influence
Certain Federal Transactions_, DFAR 252.204-7004 _Required Central
Contractor Registration _ (Mar 98), DFAR 252.232-7009 _Payment by
Electronic Funds Transfer (CCR)_ (Jun 98), AFSPCFAR 5352.212-9500,
_Commercial Warranty_. The Defense Priorities and Allocations System
(DPAS) assigned rating for this procurement is DO C9. Proposals will be
submitted in writing (electronic submissions via fax are acceptable) to
21 CONS/LGCXD, Attn: Rick Myers, 135 E. Ent Ave., Peterson AFB, CO, Fax
# (719)556-8469 and accepted until 2:00 P.M MST, 6 Aug 99. WEB: Visit
this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=S&ProjID=F05604-99-R-9
007&LocID=532. E-MAIL: Richard Myers, Richard.Myers1@spacecom.af.mil.
Posted 07/26/99 (D-SN358846). Loren Data Corp. http://www.ld.com (SYN# 0531 19990728\SP-0003.MSC)
SP - Special Notices Index Page
|
|