COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,2000 PSA#2665 Defense Information Technology Contracting Organization -- Pacific
(DITCO-PAC), 1080 Vincennes AVE., Suite 100, Pearl Harbor, Hi
96860-4535 D -- POTENTIAL SOURCES SOUGHT SOL DCA300-00-R-0010 DUE 081800 POC
Angela Margin, (808) 473-2514 ext. 235 or margina@pharbor.disa.mil
E-MAIL: NA, margina@pharbor.disa.mil. 1. 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. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. 2. This solicitation is issued as
request for proposal No. DCA300-00-R-0010. 3. The solicitation
documents and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-18. 4. This acquisition is 100%
small business set aside. The standard industrial classification code
(SIC) is 3571, 1000 employees. 5. Contract Line Items/Delivery
Information: Line Item Description Qty Unit 0001 Dell PowerEdge 2400
Server 1 EA Configuration: Pentium III 667MHz w/256K Full Speed Cache
Single Processor Getronics 3 Yr. Next Business Day On-Site Parts &
Labor No Installation Service 512MB SDRAM (4DIMMs) Tower Configuration
Embedded RAID w/software 1st Hard Drive-18.2GB SCSI Hard Drive (7200
RPM) 2nd Hard Drive-18.2GB SCSI Hard Drive (7200 RPM) Intel Pro 100+
NIC No Operation System (Customer will supply & install other software)
No Monitor Option Windows Performance Keyboard Microsoft System Mouse
17/40X SCSI CD-ROM 3-1/2" 1.44MB Diskette Drive 1X6 Hot Pluggable
Backplane Redundant Power Supply English Documentation 0002 ESTIMATED
FREIGHT CHARGE 1 LS Delivery: FOB Destination Delivery Date: 1 SEP 00
(SOONER DELIVERY DATE ACCEPTABLE) Delivery Destination: DITC-HAWAII
ATTN: MS. GERRI KANESHIRO (808) 473-2020 EXT. 208 1942 GAFFNEY ST,
SUITE 100, BLDG 475, 3RD FLOOR PEARL HARBOR, HI 96860-4545 6. The
provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies
to this acquisition. The provision at FAR 52.212-2,
Evaluation-Commercial Items applies to this acquisition. The government
will award a contract resulting from this solicitation to the low,
responsible, responsive offeror. 7. The offeror shall submit a
completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications-Commerical Items, with its offer. 8.
The clause at FAR 52.212-5 Contract Terms and Conditions Required To
Implement Statutes Or Executive Orders-Commercial Items, applies to
this acquisition. The following FAR clauses are applicable to this
acquisition: FAR 52.222-21, Prohibition of Segregated Facilities FAR
52.222-26, Equal Opportunity (E.O. 11246) FAR 52.222-35, Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era FAR
52.222-36, Affirmative Action for Workers with Disabilities FAR
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era FAR 52.225-3 (Alt I), Buy American Act-North American Free
Trade Agreement-Israeli Trade Act-Balance of Payments Program FAR
52.232-33, Payment by Electronic Funds Transfer-Central Contractor
Registration. 9. The following local clause applies to this
acquisition: SF-FORTY-THREE YEAR 200 COMPLIANCE (March 1998) (a) All
information technology provided under, or in support of, this contract
by the contractor and all subcontractors shall be Year 2000 compliant.
"Year 2000 compliant" means, with respect to information technology,
that the information technology accurately processes date/time data
(including, but not limited to, calculating, comparing, and sequencing)
from, into, and between the twentieth and twenty-first centuries, and
the years 1999 and 2000 and leap year calculations, to the extent that
other information technology, used in combination with the information
technology being acquired, properly exchanges date/time data with it.
(b) To ensure Year 2000 compliance, the contractor shall, at a minimum,
test a representative sampling of the information technology, or the
same type of information technology, that will be provided under the
contract. Testing will be accomplished and documented in accordance
with generally accepted commercial practices/standards to provide the
reasonable assurance of Year 2000 compliance. If requested, the
contractor shall provide theGovernment with a copy of such Year 2000
test documentation, at no additional cost to the Government. 10. The
Defense Priorities and Allocations System (DPAS) is not applicable to
this acquisition. 11. This acquisition is 100% Small Business set
aside. See Note 4. 12. Offers for this acquisition is due on 18 Aug 00,
3 P.M. Hawaii Standard Time. Fax offers to: DITCO-PAC Attn: Angela
Margin (808)473-3814/2522 OR Mail offers to: DITCO-PAC 1080 Vincennes
Avenue, Suite 100 Pearl Harbor, HI 96860-4535 OR Email offers to:
margina@pharbor.disa.mil 13. The point of contact for this acquisition
is Ms. Angela Margin, (808)473-2514 ext 235. Posted 08/14/00
(W-SN485855). (0227) Loren Data Corp. http://www.ld.com (SYN# 0031 20000816\D-0009.SOL)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on August 14, 2000 by Loren Data Corp. --
info@ld.com
|
|
|