Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2002 FBO #0125
SOLICITATION NOTICE

70 -- Data Analysis System

Notice Date
4/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-NCR, 5111 Leesburg Pike Skyline 5, Suite 900A, Falls Church, VA, 22041-3206
 
ZIP Code
22041-3206
 
Solicitation Number
DCA100-02-R-4026
 
Response Due
4/15/2002
 
Archive Date
4/30/2002
 
Point of Contact
Franklin Wheeler, Jr., Contract Specialist, Phone (703)681-0227, Fax (703)681-0346, - Costella Davis, Contract Specialist, Phone (703)681-0928, Fax (703)681-1211,
 
E-Mail Address
wheelerf@ncr.disa.mil, davis1s@ncr.disa.mil
 
Description
This is a combined synopsis / solicitation for laboratory computer racks. This document is being prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Offers are to be forwarded before 2:00 p.m., Apr 15, 2002, EST, to the following address: HQS DISA, Contract Operations Code AQN2 Attn: Franklin Wheeler, Jr. 5111 Leesburg Pike, Suite 900, Skyline 5 Falls Church, VA 22041-3206 Overnight packages MUST have a name and phone number on the outside of the package for pickup (Mr. Wheeler, 703-681-0902). Offers may be emailed to wheelerf@ncr.disa.mil or faxed to 703-681-0346. Any questions on the above may be directed to Mr. Wheeler at the above number. Please include your business size, Cage Code, DUNs Number, CCR registration Status, and Tax Identification Number. THIS REQUIREMENT IS NEEDED IMMEDIATELY. OFFERORS MUST SUBMIT THEIR QUOTES BASED ON THE INFORMATION PROVIDED UPON REQUEST AND IT IS NOT ANTICIPATED THAT THERE WILL BE ANY RFQ AMENDMENTS. QUOTATIONS MUST BE RECEIVED IN WRITING. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-05. The North American Classification is 421430 and the Size Standard is 100 employees. The requirement is solicited on an open market basis for potential set-aside to a small business. If two or more small business firms submit responsive proposals the requirement will be set-aside to small businesses and award be made to that small business offering the lowest price. Should fewer than two small businesses submit responsive proposals the requirement will be deemed unrestricted and award made to the lowest responsive offeror. DISA is looking to procure a Data Analysis System consisting of the following items (Descriptions and part numbers must be requested and will be provided by email. The government intends to award to the contractor that submits a comprehensive quote including all required items): Cisco 7513 Router Cisco 7505 to 7507 Router Upgrade Cisco 2662 Router Catalyst 2950T Switch Linksys 16 Port Autosensing HP LaserJet Printer Visio Pro 2002 Bus Adobe Acrobat 5.0 MS Office XP Pro Bus ASX1200 10 Gbps Backbone ATM Switch Pentium 200 MHz Switch Control AP1000 Ethernet Interfaces Cajun P333R RM Tektronix Color Laser Printer Tektronix Ink Cartridges Sun SVGA Flatscreen Monitor Dell Latitude Laptop Dell 2000 GX400 Sun Blade 100 Workstation Arbor Networks Equipment Telemetrics BGP Normally, the Government expects to see a discount, which is at least equal to that provided by your standard commercial discount policy for that item. The offeror's standard commercial packing / packaging will be utilized to provide for damage-free shipment and receipt at destination. THE OFFERED PRICE WILL INCLUDE ALL FRIEGHT CHARGES (F.o.b. Destination). Anticipated award date is on or about Apr 30, 2002. The Government intends to award one (1) purchase order for the above requirement to the lowest priced offeror who meets all of the requirements. The following FAR and DFAR clauses apply: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.222-3, Convict Labor FAR 52.232-17, Interest FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contract Registration FAR 52.233-3, Protest After Award FAR 52.247-34, F.o.b. Destination FAR 52.252-6, Authorized Deviations in Clauses DFAR 252.204-7004, Required Contract Central Registration DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requires Federal agencies acquiring Electronics and information Technology (EIT) to ensure that Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities. All EIT procured under this contract/order must met the following 36 CFR 1194 accessibility standards. The full text of the accessibility standards is available at: http://www.access-board.gov/sec508/508standards.htm, _X_ 1194.21 - Software Applications and Operating Systems, ___1194.22 - Web Based Intranet and Internet Information and Applications, ___1194.23 - Telecommunications Products, ___ 1194.24 - Video and Multimedia Products, ___ 1194.25 - Self-Contained, Closed Products, _X_1194.26 - Desktop and Portable Computers, ___ 1194.31 - Functional Performance Criteria. The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology devise(s), but merely require that the EIT be compatible with such software and device(s) so that it can be made accessible if so required in the future. Contractors may propose products or services that result in substantially equivalent or greater access to and use by individuals with disabilities; this is known as equivalent facilitation. 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. 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. Year 2000 Compliance testing will be accomplished and documented in accordance with generally accepted commercial standards/practices. If requested, the contractor shall provide the Government with a copy of such Year 2000 compliance test documentation at no additional cost to the Government.
 
Place of Performance
Address: Products will be delivered to:, Defense Information Systems Agency, 701 South Courthouse Road, Arlington, VA 22004-2199
 
Record
SN00053228-W 20020406/020404213057 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.