Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2004 FBO #0824
SOLICITATION NOTICE

58 -- Premisys Parts

Notice Date
2/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
423690 —
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
RFQ04Q0016
 
Response Due
2/26/2004
 
Archive Date
2/27/2004
 
Point of Contact
Kelly Curtin, Contract Specialist, Phone 202/406-6940, Fax 202/406-6801,
 
E-Mail Address
kcurtin@usss.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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: quotes are being requested and a written solicitation will not be issued. The solicitation number is RFQ04Q0016. This solicitation is issued as a request for quotation. The solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. The NAICS code is 423690 and the small business standard is 500 employees. The United States Secret Service has a requirement for the following: Line Item 0001: Quantity one (1) Part No. 891830 Premisys IMACs 800 Chassis with Installation Kit, Steel Chassis, Front & Rear Loading, Steel Card Guides, CE Marked; Line Item 0002: Quantity one (1) Part No. 890220 Premisys DC Power Supply -48VDC, CE Marked; Line Item 0003: Quantity three (3) Part No. 8901 Premisys AC Power Supply, 120/240VAC, CE Marked; Line Item 0004: Quantity three (3) Part No. 880160 Premisys CPU Card, XCON Cross-Connect, Host 3.x.y, Redundant Capability, Up to 8 T1/E1, Stainless Steel Faceplate, CE Marked, each CPU requires Firmware (60390); Line Item 0005: Quantity three (3) Part No. 60390 Premisys CPU Firmware, Host Version 3.9.0; Line Item 0006: Quantity two (2) Part No. 801060 Premisys WAN Card, Dual T1/E1, Stainless Steel Faceplate, CE Marked; Line Item 0007: Quantity two (2) Part No. 801460 Premisys WAN Card, Dual T1/E1 WAN card w/relays, Stainless Steel Faceplate, CE Marked; Line Item 0008: Quantity seventeen (17) Part No. 822060 Premisys SRU Card, 10-Port, RS-232C/V.24 Sync/Async Operation, Stainless Steel Faceplate, CE Marked; Line Item 0009: Quantity ten (10) Part No. 840160 Premisys External Alarms Card, 4-Port, 4 Inputs & 4 Outputs, Stainless Steel Faceplate, CE Marked - Part supports four outbound switches and four inbound sensors. The outbound switches are used to report internal alarms to external devices by triggering form-C contact closures (on Major or Minor alarms). Triggering may be on opening or closure of the cont.; Line Item 0010: Quantity one (1) Part No. 1210 Premisys Cable, 5-ft 1 Amphenol (M) to 1 Amphenol (M) Extension; Line Item 00011: Quantity one (1) Part No. 892060 Premisys Interface Card, 8 T1/E1 Ports, 2400bps Modem, 32K NVRAM, Stainless Steel Faceplate. All items shall be delivered FOB destination to United States Secret Service, IRMD, Washington, DC 20223. Delivery date for items to be no later than three weeks from date of award. Inspection for acceptance will take place at the aforementioned address. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2 applies. FAR provisions/clauses may be accessed at www.arnet.gov. Homeland Security Acquisition Regulation provisions/clauses may be accessed at www.dhs.gov. Specific Evaluation Criteria to be included in paragraph (a) of FAR 52.212-2 should read, (1) Technical capability of the item offered to meet the Government requirement and (2) price. Technical capability is approximately equal to cost or price. Offerors are advised that they should submit with their offers completed copies of the document required at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial items, applies to this acquisition. The clause at FAR 52.212-5 applies to this acquisition. Additional FAR clauses cited in FAR 52.212-5 that apply to this acquisition follow: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-3, Buy American Act-North American Free Trade Agreement—Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, payment by Electronic Funds Transfer-Central Contractor Registration, and 52.204-07, Central Contractor Registration. Homeland Security Acquisition Regulation 3052.209-70, Prohibition on Contracts With Corporate Expatriates is applicable. A standard commercial warranty should be provided for all items. See Numbered NOTE 1. Offers are due no later than 4:00PM(EST), Thursday, February 26, 2004, and should be submitted via facsimile to (202) 406-6801; attn: K. Curtin.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USSS/PDDC20229/RFQ04Q0016/listing.html)
 
Record
SN00531745-F 20040228/040226232513 (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.