Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1999 PSA#2419

USDA, Natural Resources Conservation Service, FWFC, Bldg. 23, 501 Felix St., P.O. Box 6567, Fort Worth, TX 76115

70 -- CD WRITING SYSTEM SOL RFQ-251-FW-NRCS-99 DUE 090899 POC JAMES H. LOWE, Contracting Officer, (817)509-3520, Fax 509-3494 The USDA, Natural Resources Conservation Service, Nat'l Cartographic & Geospatial Center (NCGC) requires a CD writing system that must be a complete turnkey system. This is a combined synopsis/solicitation for Cemercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with addtional information included in this notice. This announcement constitutes the only solicitation: Quotes are being requested and a written solicitation will not be issued. The solicitation number RFQ-251-FW-NRCS-99 is issued as a Request for Quotation (RFQ), in accordance with FAR Part 13, Simplified Acquisitions Procedures. The solicitation document incorporates provisions and clauses in effect through Federal Acquisititon Circular 97-12. The standard industrial classification code is 7374. Delivery is required on or 30 days after receipt of purchase order. Delivery is FOB destination to USDA, NRCS, Nat'l Cartographic & Geospatial Center, Shipping & Receiving, 501 Felix Street, FWFC, Bldg. 23, Ft. Worth, TX 76115-0567. The proposed CD Writing System will include the following specification listed herein: System must be a complete turnkey system with the following features: 4 -- 8x SCSI CD writers, capability to produce 4 different images simultaneously, 1 thermal 4-color printer for printing directly to CD, storage bins for blank and written CDs with robotics to move CD from black storage bin to CD writer to printer and back to written CD storage bin, allowing unattended operation. Must be capable of storing a minimum of 100 blanks CDs, capable of being upgraded to DVD technology; PC that comes with system must be configured as follows: 18GB of Ultra2/LVD SCSI hard drive space, PII 400 MHz CPU, 128MB ECC 100MHz SDRAM, 15; SVGA Monitor, Mouse, Keyboard, 3.5" floppy drive, 32x SCSI CD reader,100 MBps network adaper card, SCSI Interface, Windows NT Server 4.0; Software package that comes with the system must have: User friendly GUI interface that allows CDs to be queued to writers so system can operate unattended, package for creating customized CD labels to be printed directly on the CD, must also have the ability to print on silk screened CDs, Software allows CDs to be printed with a tracking number and job info exported to a database, allows remote users to quene jobs to the CD writers from their desktop and to check status of queued jobs, software MUST be able to write ISO-9660, Level 2 format, and check system that will mark a CD if there is an error during production. Installation and training must be included, and on-site service agreements available. The Government will award a purchase order resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. Any interested/qualified sources that beleives that can provide the required equipment must respond by 3:00 PM on or before September 8, 1999. All such responses will be evaluated in order to determine the ability to meet the above stated capabilities. Offers will be evaluated on price. PRICE shall be based on the overall cost of the unit including shipping, installation, and training. The following FAR clauses and provisions apply: FAR 52-212-1, Insturction of Offerors-Commercial Items; 52-212-3, Offerors Representations and Certifications-Commercial Items, with its offer. These provisions and clauses can be located at the Internet site: http://www.ARNet.gov/far. Also, 52-212-4 (a). The invoice shall be submitted in an original and one copy. A separte invoice may be submitted upon delivery of the items, and installation. Warranty is amended to include the following: A standard commercial warranty is the expected minimum warranty required. The contractor shall extend to the Government the full coverage of any commercial sale, provided such warranty is available at not additonal cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights with regard to the other terms and conditons of this contract. Inthe event of conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranaty. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, will apply to the resultant contract; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disable Veterans; 52.222-36 Affirmative Action for Workers with Disablitites; 52.222-37, Employment Reports on Disabled Veterans and Veteran on the Vietnam Era, 52.225-3, 52.323-36. This procurement is set-aside for small business in accordance with FAR 19.5 The SIC Code is 7374 with business size of 500 employees. All offerors must include a completed copy of FAR 52.212-3 with their response. RFQs must be submitted on or before September 8,1999, by 3:00PM, to USDA, NRCS, Nat't Business Management Center, FWFC, Bldg. 23, Rm H-20, P.O. Box 6567, 501 Felix Street, Ft. Worth, TX 76115-0567, attn: James H. Lowe, Contracting Officer. Posted 08/23/99 (W-SN371044). (0235)

Loren Data Corp. http://www.ld.com (SYN# 0662 19990826\70-0015.SOL)


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