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