Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1999 PSA#2462

Defense Information Systems Agency, DITCO-NCR, 701 South Court House Road, Arlington, VA 22204-2199

70 -- GENERAL PURPOSE ADP EQUIPMENT, SOFTWARE, SUPPLIES AND SUPPORT EQUIPMENT SOL DDIPR02601 DUE 111599 POC Jesse Garcia, Contract Specialist, (703) 607-6908; William Blitgen, Contracting Officer, (703) 607-6906, FAX (703) 607-4340 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; A WRITTEN SOLICITATION WILL NOT BE ISSUED. This acquisition is for obtaining maintenance support for FORE System hardware and software for 12 months: CLIN 0001 -- Part # 7105-00 (3-ea) 1.6G Multilayer switch includes -- 1 AC Power Supply Packet engine w/32MB DRAM, 4MB Flash, 5 Module Slots, 2 Power slots, SW Base Config: IP(RIP & OSFP), IPX, AP TALK, DECNET, IP Multicast, Lane Client, Spanning Tree Foreman Strategic Response; CLIN 0002 -- Part # 7901-00 (5-ea), Power Supply, for Power HUB 7000, Foreman Strategic Response; CLIN 0003 -- Part # 7401-00 (4-ea), Powercell ATM Module 2 ports (2D Redundancy only) Foreman Strategic Response; CLIN 0004 -- Part # 7380-00 (4-ea) ATM Media Adapter, OC-3, Multimode Fiber Foreman Strategic Response; CLIN 0005 -- Part # 7202-00 (18-ea) 16X1 Ethernet Module (16RJ45 Ports) Foreman Strategic Response; CLIN 0006 -- Part # 7110-01 (1- ea), 1.6G Multi-layer switch includes -- Power Supply, Packet engine with32MB DRAM 4MB Flash, 10 Module slots, 4 Power slots, SW Base Config: IP(RIP) & OSPF), IPX, AP Talk, DECnet, IP Multicast, Lane Client, Spanning Tree, Foreman Strategic Response; CLIN 0007 -- Part # ASX-1000/10AC (AC) (2-ea), 4 switch modules w/16 Net Mod slots, Foreman Strategic Response. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03. The Standard Industrial Classification is 7378 and the size standard is $18.0 Million. Delivery will be to Defense Information Systems Agency Headquarters, Arlington, Virginia. Delivery will from contract award through 30 September 2000.. Prices will be FOB destination. The contractor's standard commercial warranty is applicable. YEAR 2000 COMPLIANCE INFORMATION TECHNOLOGY (NOV 1997) The information technology to be acquired under this contract must provide continuity of operations from the service date through the twenty-first century, without failure or interruption. Accordingly, companies desiring to be considered for this contract shall confirm that all telecommunication services, equipment, and systems and/or computer hardware, firmware, and software to be utilized in or provided under this contract, including those portions to be provided by any subcontractor are Year 2000 compliant. In the event a company's information technology is not currently Year 2000 compliant, the company is requested to identify the date that Year 2000 compliance will be achieved. Any company unable or unwilling to confirm that its information technology is year 2000 compliant may not be considered for this contract. Year 2000 compliant, as used in this part, 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. The contractors proposal shall indicate one of the following: [ ]Year 2000 compliant. All information technology to be provided under this contract is confirmed to be Year 2000 compliant. [ ]Not currently Year 2000 compliant. However, Year 2000 compliance will be achieved on _________________. All information technology provided under this contract shall be confirmed to be Year 2000 compliant not later than the date shown above. [ ]Not Year 2000 compliant. Information technology to be provided under this contract cannot be confirmed to be Year 2000 compliant. The following FAR Part 12 clauses apply: 1) FAR 52.212-1, Instructions to Offerors-Commercial Items (no additional instructions other than noted above), 2) 52.212-4, Contract Terms and Conditions; 3) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items, additional terms: 52.222-26, 52.222-35, 52.222-36, 52.222-37; 4) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, additional terms: 252.225-7001, 252-227-7015, 252.233-7000; 5) A completed copy of FAR 52.212-3 and DFAR 252.212-700, Offeror Representations and Certifications-Commercial Items must be submitted with offer. Payment will be made to Defense Finance and Accounting Service, Pensacola, FL. Interested persons may submit proposals within 15 days following publication of this notice to the following address not later than 3 P.M.: Jesse Garcia, Contract Specialist, (703) 607-6908; William Blitgen, Contracting Officer, (703) 607- 6906. Posted 10/22/99 (W-SN394171). (0295)

Loren Data Corp. http://www.ld.com (SYN# 0204 19991026\70-0002.SOL)


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