Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1998 PSA#2065

GSA, FTS, 819 Taylor St. (7ZRE), Fort Worth, TX 76102-6105

70 -- GENERAL PURPOSE INFORMATION TECHNOLOGY EQUIPMENT SOL 7T-98-2008 DUE 041798 POC Dorothy M. Clark (817) 978-3984, FAX (817) 978-4739 17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, 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!! 17(ii). Solicitation Number 7T-98-2008 Request for Proposal!! 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04!! 17(iv). This is a full and open procurement under SIC 5045, Computers and Computer Peripheral Equipment and Software!! 17(v). There are multiple contract line items, which are not optional: Video Telemetry Recording System. Equipment required is as follows: Provide three (3) 17 in. Video Monitors, SVGA (Super Video Graphics Adapter), Rack Mountable; five (5) 20 in. Video Monitors, SVGA, Rack Mountable: eight (8) 9 in. Video Monitors, SVGA, Rack Mountable with four (4) Brackets and Base Station Recorders. The Base Station Recorders consist of the following equipment requirements: Two (2) ea Ultra Tape RAID Controllers; Ten (10) ea EXB-131 EXABYTE 8900 Tape Drives; Two (2) ea Striper2 Tape RAID Controllers, Differential Interface; One (1) ea DEC Alpha 500MHZ 128 MB memory, 9GB disk and One (1) ea DEC Alpha 500 MHZ, 512 MB memory, 55GB disk or equal. A RAID controller interfaces to 5 20/40 GB tape units. The two DEC Alpha (or equal) servers have different characteristics. The following are specific feature requirements of the first DEC Alpha 500 MHZ servers. 1 Alpha CPU 500MHZ; Alpha Motherboard with 1MB SRAM Cache or equal; Boardspecs with 4 ea PCI, 2 ea ISA, 1 ea Shrd, 8 ea SIMMs 512 Mb Max; 4 Memory 32 MB SIMM EDO; 1 ea Disk 9GB, 10,000 RPM, U-Wide 40 MB/Sec; 1 ea SLEDS removable canister with fan and key lock LED, 1 ea PCI Ultra Wide SCSI II Controller; 1 ea 24X CD ROM IDE Sony CDROM or equal; 1 ea 1.44 3.5 inch diskette drive withmtg kit; 1 ea Matrox 2Mb VRAM graphics board or equal; 1 ea 104 Key Keyboard; 1 ea Mouse, 3 button serial, 1 ea 3 COM PCI Network Card 155MBS (ATM OC3) capability; cabling for included devices and floppy; case is tower. 300W power supply, (5) 5.25exp slots, (2) 3.5exp slots; Case specs are 7.8x24.8x17.8in (WxHxD); Windows NT Server v5.0 or better with 5 clients, Load Windows NT, DEFAULTS ONLY, 5 Yr Limited Warranty (CPU, Memory, SCSI Hard Drives (IDE=3yrs)), and 1 ea 15in, 28, 1280x1024 MAG 510V2 Color Monitor or equal. Feature requirements for the second server are as follows: Alpha CPU 500 MHZ or equal; 1 ea Alpha Motherboard; 1MB SRAM Cache or equal; Boardspecs are 4 ea PCI, 2 ea ISA, 1ea Shrd, 8 ea SIMMs, 512 Mb Max; 8 ea 64 MB SIMM with Parity; 1 ea 55GB, 10,000 RPM, U-wide 40MB/Sec Disk; 2 ea 23GB, 5400 RPM, U-Wide 40MB/Sec Disk; 1 ea removable canister with Fan and Key Lock LED, 1 ea PCI Ultra Wide SCSI ii Controller, 1 ea 24X CD ROM IDE Sony CD ROM or equal; 1 ea 1.44 3.5 in Diskette Drive with mtg kit, 12Mb VRAM Graphics Board MATROX or equal; 1 ea 104 Key Keyboard, 1ea Mouse, 3 button, serial; 1 ea 3COM PCI Network Card 155MBS (ATM OC3) capability; Tower, rdnt 300Watt, (11) 5.25 exp slots, (2) 3.5 exp slots; ATX Case specs are 320x650x540 mm (WxHxD) lock, door and side cabling for included devices and floppy; 1 ea Windows NT Server v5.0 or better with 5 clients, Load Windows NT DEFAULT ONLY, 5year limited warranty (CPU, Memory, SCSI Hard Drives (IDE=3years)) and 1 ea 15in, 28, 1280x1024 MAG 510V2 Color Monitor or equal. 17(vi). Description: Provide the equipment noted above. Date of delivery is no later than June 15, 1998. Place of Delivery is TEXCOM ADATD, ATTN: SSG Jamison, Jeb Stuart Rd., Bldg. 1660, Fort Bliss, TX 79916-6816 17(vii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (APR 1998) is hereby incorporated by reference.!! 17(viii). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of the item offered to meet the Government requirement (b) Past Performance (see below) and (c) Delivery Terms -- ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's performance on previously awarded GSA FTS delivery orders/contracts and/or contracts with other Government entities). The offeror must identify two Federal, state, or local government and private contracts or delivery/task orders for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. 17(ix). Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.!! 17(x). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (APR 1998), is hereby incorporated by reference.!! 17(xi). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (APR 1998), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract(b)(2)52.203-10, (b)(3)52.219-8,(b)(6)52.222-26,(b)(7)52.222-35,(b)(8)52.222-36,(b)(9)5 2.222-37,(b)(15)52.225-21.!! 17(xii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed-price definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Delivery no later than June 15, 1998.!! 17(xiii). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated.!! 17(xiv). N/A!! 17(xv). Signed and dated offers one original must be submitted to GSA, 7TR, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Dorothy M Clark, Contracting Officer at or before 4:00 p.m.(CST), April 17, 1998.!! 17(xvi). Contact Dorothy M. Clark at 817/978-3984, fax (817) 978-4739 or email address shan.clark@gsa.gov.!! (0090)

Loren Data Corp. http://www.ld.com (SYN# 0363 19980402\70-0009.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page