Loren Data Corp.

'

  
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