Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1999 PSA#2411

National Imagery and Mapping Agency, PCU/D-88, 4600 Sangamore Road, Bethesda, MD 20816-5003

70 -- COMPUTERS, PERIPHERAL EQUIPMENT, AND SOFTWARE SOL NMA201-99-T-0010 DUE 082699 POC Lynn Brannan, Contract Specialist, voice: 301-227-7843, fax: 301-227-5573, email: brannanl@nima.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 announcement constitutes the only solicitation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. Responsible sources who are interested in this procurement may respond by providing clear and convincing information that identifies their capabilities. Offers are to be completed and delivered via fax 301-227-5573, via email brannanl@nima.mil, or to the address listed above by 26Aug99 by 1:00 P.M. EST. Please call Lynn Brannan to confirm receipt of facsimiles. Questions are to be emailed or faxed by COB 24Aug99; questions received after that date will not be entertained. Offerors agree to hold the prices firm for 60 calendar days from the date specified for receipt of offers. The solicitation number is NMA201-99-T-0010 and is issued as a request for quote (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12 and Defense FAR Supplement 91-13. Delivery shall be FOB destination to NIMA, St. Louis, MO, within 30 days after award of contract. Requirements: (if equivalent is proposed, offeror must provide specifications) CLIN 0001, QTY 15, Adaptec 2940 Ultra wide SCSI card, drivers, & cables; CLIN 0002, QTY 2, Fiber NIC cards and drivers; CLIN 0003, QTY 6, Automatic switchbox w/min 4 ports & 2MB buffer; CLIN 0004, QTY 1, External 8mm EXABYTE Tape Drive (EXB8900 -- 20-40GB); CLIN 0005, QTY 3, Upgrade S/W MapInfo MapBasic V.5.0 w/ full doc; CLIN 0006, QTY 2, ArcView v.3.1 w/full doc; CLIN 0007, QTY 4, Vertical Mapper S/W and Vertical Mapper Developer S/W; CLIN 0008, QTY 1, Textbridge Pro S/W for small scanner; CLIN 0009, QTY 2, LexMark OptraColor InkJet Printer #PR13873 w/fiber cards; CLIN 0010, QTY 4, DeskJet Printer HP 890; CLIN 0011, QTY 1, Large Format Scanner w/full version S/W (Contex Color Scanner FSC 5010dsp); CLIN 0012, QTY 1, HP Network Plotter w/4.3GB hard drive (C4704A or C4724A); CLIN 0013, QTY 4, Development Workstation to include the following: 450Mhz Pentium III, 100Mhz Bus Speed -- w/ 6 PCI slots, 512MB of SDRAM (2-256MB SDRAM expandable to 1GB) (4 -- 168 pin slots), 1MB Cache, FiberCard, Video Board 16MB or AGP Video Card, 2 Ultra Wide SCSI Adaptec Controller (2940 0r newer), 2 Hard Drives (wide SCSI)(4GB for operating systems & applications) (18GB for data and storage), Internal 2GB Jaz Drive, Internal 250MB Zip Drive, Internal Super Floppy Drive (VH density -- for both std & 120MB 3.5"" disks), 21" SVGA .25 Monitor, Software: Windows NT 4.0 or better; CLIN 0014, QTY 38, Standard Workstation to include the following: 450MHz Pentium III, 100MHz Bus Speed with 6 PCI slots, 256MB of SDRAM (2 -- 168MB SDRAM expandable to 1GB) (4 -- 168 pin slots), 1MB Cache, Fiber Card, Video Board 8MB upgradeable to 16MB (or AGP Video card), 2 Ultra Wide SCSI Adaptec Controller (2940 or newer), 2 Hard Drives (wide SCSI)(4GB for operating system and applications)(9GB for data manipulation/storage), Internal 2GB Jaz Drive, Internal 250MB Zip Drive, Internal Super Floppy Drive (VH Density) -(for both standard & 120MB 3.5" disks), 17" SVGA .25 Monitor, Surge Protection, CD ROM Drive, 3 button mouse, expanded keyboard, Uninterrupted Power supply, Software: Windows NT 4.0 or better. At a minimum all equipment shall include the manufacturer's standard warranty. Based on overall value to the Government, including administrative burden, the procurement may be split awarded to a maximum of 4 contractors. Partial quotes are acceptable as long as at least CLINs 0001 through 0004 are quoted, CLINs 0005 through 0008 are quoted, CLINs 0009 through 0012 are quoted or CLINs 0013 through 0014 are quoted. Partial quotes within these groupings are not acceptable. The provision at 52.212-1, Instruction for Offerors -- Commercial Items, applies to this acquisition (www.ARNet.gov/far). The provision at 52.212-2, Evaluation -- Commercial Items, is hereby incorporated by reference. Evaluation is based on best value of the overall requirement. Best value will include an evaluation of price and technical factors. Technical subfactors that may be considered in making a best value determination include the following: (i) degree to which stated requirements are met, (ii) special features of the supply that are required in effective program performance capabilities that are not provided by comparable supply/service, (iii) probable life of the supplies selected as compared with that of comparable supply item, (iv) warranty considerations, (v) maintenance availability, (vi) past performance (Offerors may be requested to provide past performance data), and (vii) environmental and energy efficiency considerations. Offeror will be ineligible for award if it is not registered in the Central Contractor Registry (CCR) (http://ccr.edi.disa.mil/ccragent/plsql/ ccr.welcome). All information technology must be Year 2000 Compliant IAW the definition under FAR 39.002. Offers are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certification -- Commercial Items, and the provision at DFARS 252.212-7000(www.acq.ods.mil/dp/dars/dfars), Offeror Representations and Certifications -- Commercial Items, with the offer. In accordance with provision at 252.204-7001, Cage Code Reporting, Offeror is to provide CAGE code with the offer. The FAR/DFARS clauses 52.212-4, 52.212-5, and 252.212-7001 will be defined at time of award. These clauses are not applicable if items are ordered via GSA/Agency Schedule/Contract Vehicle (except DFARS 252.204-7000). In this case, the Schedule/Contract Vehicle terms and conditions shall apply. Posted 08/13/99 (I-SN367498). (0225)

Loren Data Corp. http://www.ld.com (SYN# 0362 19990817\70-0009.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page