GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE),
SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
Category : <70> (General Purpose ADP Equipment Software, Supplies and
Support Eq.)
Address : GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO
64131-3088
Sol. no. : 6TSA-98-DJH-0121
Contact : Point of Contact -- Contact Delta Helm by fax (816)823-3322
Due : 14 May, 1998
SOL 6TSA-98-DJH-0121 DUE 051498 POC Point of Contact -- Contact Delta
Helm by fax (816)823-3322 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulations document (FAR) 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. Solicitation number
6TSA-98-DJH-0121 is being issued as a request for quotations (RFQ). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular (FAC) 97-04. CLIN 1.
Desktop Chassis, Pentium 233, 8MB RAM, part number SY3012AA, Qty. 12;
CLIN 2. 24 Mb Memory Upgrade (2x16) factory installed, part number
OM-0206AB, Qty. 12; CLIN 3. 32-bit Ultra SCSI Adapter, PCI Interface,
part number OM-1120D, Qty. 18; CLIN 4. ISA EtherEZ BNC/RF45/AUI, 16-bit,
1/0 or MM, part number SMC-1072, Qty. 18; CLIN 5. Seagate 2.2Gb SCSI
Hard Drive, part number DS-2084, Qty. 24; CLIN 6. Internal 12X SCSI-2
CD-ROM, part number OM-0318AA, Qty. 18; CLIN 7. Wangtek 51000HT, part
number TEC-1013, Qty. 18; CLIN 8. Goldstar 5Si 15" color monitor, part
number GLD-1002, Qty. 18; CLIN 9. Lexmark 2380 Plus dot matrix printer,
part number LEX-1025, Qty. 18; CLIN 10. Brooks 6-outlet surge suppressor,
part number OM-1120H, Qty. 18; CLIN 11. Cable, 10BT patch cord, 328ft TP
CAT 5 w/RF45, part number OM-1120M, Qty. 18; CLIN 12. 10' RS-232 cable,
part number OM-1120N, Qty. 12; CLIN 13. Null Modem adapter, part number
OM-1120P, Qty. 12; CLIN 14. Sunsoft interactive VP/ix, V1.3, 1-2 user,
diskette, UNIX, DOS, part number OM-1120S, Qty. 12; CLIN 15. Sunsoft
interactive VP/ix environment guide, UNIX, DOS, part number OM-1120T,
Qty. 12; CLIN 16. Sunsoft interactive UNIX 4.0, multi-user, w/TCP/IP and
C2, CD-ROM w/ manuals, part number OM-1120U, Qty. 18; CLIN 17. Hardside
transit case, (PC and dot-matrix printer, CPU, monitor, keyboard and
cables), part number PSI-1003, Qty. 12; CLIN 18. Midtower chassis,
pentium 233, 8Mb RAM, part number SY-3012AB, Qty. 6; CLIN 19. 120 Mb
upgrade (total: 128Mb) factory installed, part number OM-0206AD, Qty. 6;
CLIN 20. Toxtra I/O card, EISA interface w/ 2 serial ports, part number
OM-1120F, Qty. 6; CLIN 21. US Robotics Sportster 33.6 external
fax/modem, part number USR-1022, Qty. 6; CLIN 22. Lexmark 2391 plus dot
matrix printer, part number LEX-1028, Qty. 15; CLIN 23. Powerchute plus
for UNIX AP9004, part number OM-1120J, Qty. 6; CLIN 24. Smart-UPS 700VA
120/230 Switchable, part number OM-1120K, Qty. 6; CLIN 25. Ethernet
12-port hub, part number ALL-1064, Qty. 6; CLIN 26. Mid-tower I transit
case, (CPU, monitor, keyboard, UPS, hub, modem, cables), part number
PSI-1008, Qty. 6; CLIN 27. Mid-tower II transit case, (printer, CD-ROM
tower, accessories), part number PSI-1009, Qty. 6; CLIN 28. Integration
of all equipment to be performed at vendor location. FOB Lorton, VA. No
partial quotes will be considered. No substitutions will be allowed. This
procurement is set aside for Small Business in accordance with FAR Part
13.105(a). Please acknowledge all requirements on quotations. Please
indicate FOB destination on quote. The provision at FAR 52.212-1,
Instructions to Offerors, applies to this acquisition. Evaluation is
based on best value including cost and ability to meet service
requirements. Offerors shall include a completed copy of the provision at
FAR 52.212-3, Offeror Representations and Certifications -- Commercial
Items, with its offer. The clause at FAR 52.212-4, Contract terms and
Conditions -- Commercial Items, applies to this acquisition. In addition
to the guidance contained in FAR 52.212-4, contractors shall submit
proof of delivery with their invoices. Proof of delivery may be in the
form of a bill of lading or other shipping document signed by the
receiving office. Invoices received without proof of delivery will not be
accepted. The clause at FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items,
applies to this acquisition. Offers are due by close of business May 14,
1998, and can be submitted to the address shown above Attn: Delta Helm
or sent by FAX to the number shown above. Inquiries regarding the
solicitation will only be accepted via FAX. (AC0505007-03) (0125)
GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE),
SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
Category : <70> (General Purpose ADP Equipment Software, Supplies and
Support Eq.)
Address : GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO
64131-3088
Sol. no. : 6TSA-98-DJH-0123
Contact : Point of Contact -- Contact Delta Helm by fax (816)823-3322
Due : 15 May, 1998
SOL 6TSA-98-DJH-0123 DUE 051598 POC Point of Contact -- Contact Delta
Helm by fax (816)823-3322 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulations document (FAR) 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. Solicitation number
6TSA-98-DJH-0123 is being issued as a request for quotations (RFQ). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular (FAC) 97-04. CLIN 1. Qty.
6 -- Fully configured & integrated Servers as follows: The servers must
be Acer Altos 9100 series level per brand name justification and to
ensure compatibility; The 9100 level should meet the following technical
specifications: Hardware Specifications: 1) Dual Intel 300 MHz Pentium
II with 512k L2 cache supporting a symmetric multi-processing (SMP); 2)
Keyboard and mouse; 3) Dual 420 watt load sharing, redundant fault
tolerant, switching power supplies; 4) ECC/EDO memory expandable to
512Mb. Base system configuration to include one (1) 128Mb DIMM; 5) BIOS,
256K flash BIOS, fully programmable with password security meeting Year
2000 specifications; 6) On-board Adaptec 7880 ultra-wide SCSI; 7)
On-board PCI 10/100 ethernet controller; 8) Expansion slots, five (5) PCI
and two (2) ISA; 9) Internal storage, eight (8) hot plug 3.5 inch bays
with drive tray management system, three (3) 5.25 half-height bays, one
(1) 3.5 inch half-height bay for a total of 12 internal storage bays; 10)
On-board SVGA graphic 64-bit PCI controller with 1 MB DRAM upgradeable to
2 MB; 11) One (1) 3.5 inch 1.44 MB floppy dick drive; 12) One (1) 24
speed or faster SCSI CD-ROM; 13) Five (5) 4.5 GB ultra wide SCSI 3.5 inch
LP 7200 RPM hard drives; 14) Mylex DAC 960 PG 2-channel ultra wide RAID
controller with 16 MB ECC/EDO cache; 15) Sony STD-9000, 24 GB compressed,
DAT DDS-3, 4mm, 2.0 KB/second transfer rate, internal; 16) System BIOS
12O compliant and ready for I2O equipment; 17) Acer remote hardware and
software diagnostic manager to be installed providing access to POST
routine of hardware booting process and the management of system upon
complete boot; 18) Acer startup kit and Advance Server Manager; 19) I/O
connections: a) two (2) 9 pin serial; b) one (1) EPP/ECP parallel port;
c) PS/2 keyboard port and keyboard; d) PS/2 mouse port and mouse; 20) 14
inch SVGA monitor (.28 dpi) with video card; Performance Considerations:
Any system proposed must have performance equal to or better than the AIM
Technology File Server Mix results for the Altos 9100. Proposals received
in response to this requirement must include the system results from AIM
Technology for UNIX file server mix. (Contact AIM Technology for
additional information); Manufacturer's Hardware: Configuration must be
certified on Novell Netware 4.11, SCO Open Server 5.04, 5.02 and SCO
UnixWare. Software manufacturer's certification must be provided with bid
submission.; Hardware Warranty: Hardware warranty is to be three (3)
years, next business day, on-site throughout 50 states. Please include
with bid submission service locations nationwide.; Software and
Integration: The following software and integration shall be included in
the proposed system: 1) SCO Enterprise Server 5.04, for 30 users; 2) SCO
Advance File and Print Server (AFPS) version 3.5.2 for 5 users; 3) All
hardware integrated and burned-in for 48 hours; Software loaded per
client specs, disk drives partitioned RAID 5 per client specs; 4) All
physical connections and/or connectors must be labeled per client specs,
all hot swap RAID disk drives, trays and slots to be labeled showing
SCSI identification, date of installation, and QA signature for drive
manufacturer warranty; 5) Contractor to be authorized SCO reseller and
provide 30 days of Unix software support.; Security Considerations: Any
personnel installing software on the client site are subject to a Name
and Fingerprint check for security clearances, but will not requirefull
Background Investigations based on this statement of work. Any
installation, integration, or warranty work performed on-site requires
that personnel not having a full Background Investigation adjudicated by
the US Marshall Service must be escorted at all times. FOB Arlington,
VA. No partial quotes will be considered. No substitutions will be
allowed. This procurement is set aside for Small Business in accordance
with FAR Part 13.105(a). Please acknowledge all requirements on
quotations. Please indicate FOB destination on quote. The provision at
FAR 52.212-1, instructions to offerors, applies to this acquisition.
Evaluation is based on best value including cost and ability to meet
service requirements. Offerors shall include a completed copy of the
provision at FAR 52.212-3, offeror representation and certification --
commercial items, with its offer. The clause at FAR 52.212-4, contract
terms and conditions -- commercial items, applies to this acquisition. In
addition to the guidance contained in FAR 52.212-4, contractors shall
submit proof of delivery with their invoices. Proof of delivery may be in
the form of a bill of lading or other shipping document signed by the
receiving office. Invoices received without proof of delivery will not be
accepted. The clause at FAR 52.212-5, contract terms and conditions
required to implement statutes or executive orders -- commercial items
applies to this acquisition. Offers are due by 12:00 noon CST May 15,
1998, and can be submitted to the address shown above Attn: Delta Helm or
sent by FAX to the number shown above. Inquiries regarding the
solicitation will only be accepted via FAX. (AC0507013-03) (0127)
GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE),
SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
Category : <70> (General Purpose ADP Equipment Software, Supplies and
Support Eq.)
Address : GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO
64131-3088
Sol. no. : 6TSA-98-DJH-0112
Contact : Point of Contact -- CONTACT DELTA HELM BY FAX (816)823-3322
Due : 01 May, 1998
SOL 6TSA-98-DJH-0112 DUE 050198 POC Point of Contact -- CONTACT DELTA
HELM BY FAX (816)823-3322 This combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulations document (FAR) subpart 12.6 is canceled in its
entirety. Inquiries can be made to Attn: Delta Helm via fax at (816)
823-3322. Inquiries will only be accepted by FAX at the number shown
above. (AC0506010-10) (0126)
GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE),
SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
Category : <70> (General Purpose ADP Equipment Software, Supplies and
Support Eq.)
Address : GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO
64131-3088
Sol. no. : 6TSA-98-DJH-0122
Contact : Point of Contact -- Contact Delta Helm by fax (816)823-3322
Due : 14 May, 1998
SOL 6TSA-98-DJH-0122 DUE 051498 POC Point of Contact -- Contact Delta
Helm by fax (816)823-3322 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulations document (FAR) 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. Solicitation number
6TSA-98-DJH-0122 is being issued as a request for quotations (RFQ). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular (FAC) 97-04. CLIN 1. Sun
Microsystems Ultra Server Enterprise 3000 w/ 336 MH/4Mb, part number
E3002-C60, Qty. 2; CLIN 2. Sun Microsystems Sunfire family I/O board,
part number 2611A, Qty. 4; CLIN 3. Sun Microsystems 1Gb configured memory
expansion, part number 7023A, Qty. 2; CLIN 4. Sun Microsystems Sunfire
power supply fan unit, part number 954A, Qty. 4; CLIN 5. Sun Microsystems
internal 4.2Gb 7200 RPM SCSI-2 Disk, part number 5214A, Qty. 4; CLIN 6.
Sun Microsystems localized power cord kit, part number X311L, Qty. 5;
CLIN 7. Sun Microsystems 45Gb enterprise network array, part number
SG-XARY010A-45G, Qty. 2; CLIN 8. Sun Microsystems A5000 chassis interface
board, part number X6734A, Qty. 2; CLIN 9. Sun Microsystems SUNFDDI 5.0
dual-attach SBUS adapter (DAS), part number 1026A, Qty. 2; CLIN 10. Sun
Microsystems FC-AL, 9.1Gb 7200 RPM 1.6" disk, part number X6708A, Qty.
10; CLIN 11. Sun Microsystems 140-280Gb Sparcstorage DLT4700 autoloader
in a desktop, part number X6071A, Qty. 1; CLIN 12. Sun Microsystems SC
2.1 for E3000, part number CLUS-2.1-E3000, Qty. 2; CLIN Sun Microsystems
Sun Enterprise Cluster 2.1 DOCS, part number CLUS-2.1-DOC, Qty. 1; CLIN
14. Sun Microsystems A5000 Chassis power supply, part number X9687A,
Qty. 2; CLIN 15. Sun Microsystems 15 meter fiber optic cable, part number
X978A, Qty. 4; CLIN 16. Sun Microsystems solaris 2.6 server media kit,
part number SOLS-2.6MAR98, Qty. 2; CLIN 17. Sun Microsystems
FC-100-ALGBIC, part number X6731A, Qty. 6; CLIN 18. Sun Microsystems SBU
network 5.0.1, CD DOC LIC, part number BAK-NE-5.0.1-P, Qty. 1; CLIN 19.
Sun Microsystems solstice JB 1-8 5.0.1 License, part number
BAK-JB1-5.0.1-L, Qty. 1; CLIN 20. Sun Microsystems SunFast Ethernet
10/100 SBUS adapter 2.0, part number 1059A, Qty. 4; CLIN 21. Sun
Microsystems Null ethernet cable, part number X3837A, Qty. 2; CLIN 22.
Sun Microsystems Veritas FS3.2 CD DOC, part number VFS-3.2-B, Qty. 1;
CLIN 23. Sun Microsystems Veritas FS 3.2 DEP SVR, LIC, part number
VFS-3.2-DS-L, Qty. 2; CLIN 24. Sun Microsystems, terminal concentrator,
part number X1312A, Qty. 1; CLIN 25. Sun Microsystems 184 watt peripheral
power supply, part number 958A, Qty. 2; CLIN 26. American Power
Corporation Smart-UPS 3000 VA network bundle, part number SU3000NET, Qty.
2; CLIN 27. American Power Corporation Powerchute plus software for
UNIX/XENIX, part number AP9004, Qty. 2; CLIN 28. Trend Communications
interscan virus wall for solaris, (3000 user license), part number
INTERSCAN-3000, Qty. 1; CLIN 29. Trend Communications optional 2nd year
support for INTERSCAN firewall (3000 user), part number 2nd-year-sppt,
Qty. 1; CLIN 30. DEC DLT cartridge, part number TK88K-01, Qty. 20; CLIN
31. Sun service -- ULTRA enterprise CPU board platinum, part number
ULTRAECPUB-P, Qty. 24; CLIN 32. Sun service -- ULTRA enterprise 3000
platinum, part number ULTRAE3000-P, Qty. 24; CLILN 33. Sun service
platinum service for network array, part number SSA-SG45P, Qty. 24; CLIN
34. Sun service sun cluster for E3000, part number CLUS-E3000-LIC, Qty.
24; CLIN 35. Sun service -- platinum service for DOCS, part number
CLUS-E3000-DOCS, Qty. 12; CLIN 36. Sun service SOL Backup network ED with
Turbo SPRC, part number BAK-NE-LIC, Qty. 12; CLIN 37. Sun service
solstice backup jukebox 1-6, part number BAK-JB1-LIC, Qty. 12; CLIN 38.
Sun service platinum service for Veritas FS SW, part number VFS-DS-LIC,
Qty. 24; CLIN 39. Sun service platinum service for HA -- Netscape 2.0
Agent, part number CLUS-NS-LIC, Qty. 24; CLIN 40. Sun microsystems
HA-Netscape 2.0 Agent, part number CLUS-2.1-NS-L, Qty. 2; CLIN 41. GMR
Project Administration & Facilitator, part number SER-GMC-PAF-01D, Qty.
64; CLIN 42. GMR SPARC Storage Array startup, part number NF-INST-SSA,
Qty. 2; CLIN 43. Netscape hotline technical assistance,
"Expert-2-Expert", 15 months worth; CLIN 44. Netscape VLA 5000+PTS
Messaging server license, part number 174-05219-00D, Qty. 3000; CLIN 45.
Netscape directory server UNIX license, Level D, part number 3000; CLIN
46. Netscape subscription service with updates for Messenger Unix, part
number 174-05230-00, Qty. 3000; CLIN 47. Netscape subscription service
with updates for directory server Unix, part number 169-05499-00, Qty.
3000; CLIN 48. Sun service HI availability training with 4 requisites for
2 system administrators, part number CLUS-EDU-PRQS, Qty. 1; CLIN 49. Sun
service -- plan/install department server, to include: installation,
configuration and testing of all Sun components and associated
hardware/software and ensure Sun's "Hi availability" certification of all
Sun systems in this procurement, part number CLUS-ENT-INSTALL, Qty. 1;
CLIN 50. Netscape technical consulting Level 2 Installation Services
including email migration planning and timeline, migration of user names
to directory server, reconfigure DNS to look to new messaging svr.,
messaging svr. Configuration and installation, tuning, directory svr.
Configuration and installation, tuning, bechmark testing and
documentation, administration training, installation project
management/oversite, Qty. 160 hours. FOB Linthicum, MD. No partial quotes
will be considered. No substitutions will be allowed. Please acknowledge
all requirements on quotations. Please indicate FOB destination on
quote. The provision at FAR 52.212-1, Instructions to Offerors, applies
to this acquisition. Evaluation is based on best value including cost and
ability to meet service requirements. Offerors shall include a completed
copy of the provision at FAR 52.212-3, Offeror Representations and
Certifications -- Commercial Items, with its offer. The clause at FAR
52.212-4, Contract terms and Conditions -- Commercial Items, applies to
this acquisition. In addition to the guidance contained in FAR 52.212-4,
contractors shall submit proof of delivery with their invoices. Proof of
delivery may be in the form of a bill of lading or other shipping
document signed by the receiving office. Invoices received without proof
of delivery will not be accepted. The clause at FAR 52.212-5, Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
-- Commercial Items, applies to this acquisition. Offers are due by close
of business May 14, 1998, and can be submitted to the address shown above
Attn: Delta Helm or sent by FAX to the number shown above. Inquiries
regarding the solicitation will only be accepted via FAX. (AC0506010-02)
(0126)
GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE),
SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
Category : <70> (General Purpose ADP Equipment Software, Supplies and
Support Eq.)
Address : GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO
64131-3088
Sol. no. : 6TSA-98-DJH-0120
Contact : Point of Contact -- CONTACT DELTA HELM BY FAX (816)823-3322
Due : 08 May, 1998
SOL 6TSA-98-DJH-0120 DUE 050898 POC Point of Contact -- CONTACT DELTA
HELM BY FAX (816)823-3322 This combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulations document (FAR) subpart 12.6 is canceled in its
entirety. Inquiries can be made to Attn: Delta Helm via fax at (816)
823-3322. Inquiries will only be accepted by FAX at the number shown
above. (AC0506010-07) (0126)
GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE),
SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
Category : <70> (General Purpose ADP Equipment Software, Supplies and
Support Eq.)
Address : GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO
64131-3088
Sol. no. : 6TSA-98-DJH-0116
Contact : Point of Contact -- CONTACT DELTA HELM BY FAX (816)823-3322
Due : 07 May, 1998
SOL 6TSA-98-DJH-0116 DUE 050798 POC Point of Contact -- CONTACT DELTA
HELM BY FAX (816)823-3322 This combined synopsis/solicitation for sources
sought for Wireless Digital Telephone Communications Services and
Equipment prepared in accordance with the format in Federal Acquisition
Regulations document (FAR) subpart 12.6 is canceled in its entirety.
Inquiries can be made to Attn: Delta Helm via fax at (816) 823-3322.
Inquiries will only be accepted by FAX at the number shown above.
(AC0506010-11) (0126)
GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE),
SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
Category : <70> (General Purpose ADP Equipment Software, Supplies and
Support Eq.)
Address : GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO
64131-3088
Sol. no. : 6TSA-98-DJH-0124
Contact : Point of Contact -- Contact Delta Helm by fax (816)823-3322
Due : 20 May, 1998
SOL 6TSA-98-DJH-0124 DUE 052098 POC Point of Contact -- Contact Delta
Helm by fax (816)823-3322 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulations document (FAR) 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. Solicitation number
6TSA-98-DJH-0121 is being issued as a request for quotations (RFQ). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular (FAC) 97-04. CLIN 1. Power
MAC G3 266/DT, 32MB, 4GB, 512K, 24CD, Zip, part number M6202LL/A, Qty. 7;
CLIN 2. 32MB DIMM, 4k Gold, part number 11983-0001, Qty. 6; CLIN 3. Twin
Turbo 128M 1600x1200 4MB VRAM PCI, part number 23020-128M, Qty. 6; CLIN
4. 20 inch multiscan Trinitron Graphic Display, part number CPD-300SFT,
Qty. 6; CLIN 5. 17 inch Trinitron CRT, .25mm, 1024x768 Mac, part number
CPD-200SX, Qty. 2; CLIN 6. 64MB DIMM G3, part number12158-0001, Qty. 2;
CLIN 7. Twin Turbo 8MB RAM, part number 23020-128MB-1R, Qty. 1; CLIN 8.
Carrying Case, notebook traveler deluxe, Kensington, part number 64072,
Qty. 2; CLIN 9. HP Deskjet 340C, part number C2655A#ABA, Qty. 1; CLIN
10. 10ft printer cable, Qty. 1; CLIN 11. Power book adapter, part number
C3279A, Qty. 1; CLIN 12. Keyboard, apple, part number M2891LL/A, Qty. 1;
CLIN 13. Turbo Mouse, 5.0, part number 64210, Qty. 1; CLIN 14. Dayna Port
EasyNet-T (AAUI to 10B-T), part number DP0721, Qty. 2; CLIN 15. Micro
Asanteprint APL Bridge, part number 99-00269-01, Qty. 1; CLIN 16.
Wordperfect license, part number LPGSAU-WP351, Qty. 9; CLIN 17. User
manual clipart, part number CW137-WPM-351, Qty. 1; CLIN 18. Word Perfect
3.51, part number CW25WPEMENG3511, Qty. 1; CLIN 19. Norton Utilities,
part number 07-00-02039, Qty. 9; CLIN 20. Pagemaker 6.5, part number
17500191, Qty. 3; CLIN 21. Photoshop 4.01, part number 13100322, Qty. 2;
CLIN 22. Kit SKU 12x12 ARTZ II, part number KIT SKU, Qty. 1; CLIN 23.
Freehand graphic studio 7 single, part number WFM70D01, Qty. 1; CLIN 24.
Adobe type basics v3.0.2, part number 17170000, Qty. 1; CLIN 25.
Integration of G3's & 3400's RAM & Twinturbo's installed, Qty. 1. FOB Ft.
Meade, MD. No partial quotes will be considered. No substitutions will be
allowed. This procurement is set aside for Small Business in accordance
with FAR Part 13.105(a). Please acknowledge all requirements on
quotations. Please indicate FOB destination on quote. The provision at
FAR 52.212-1, Instructions to Offerors, applies to this acquisition.
Evaluation is based on best value including cost and ability to meet
service requirements. Offerors shall include a completed copy of the
provision at FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items, with its offer. The clause at FAR
52.212-4, Contract terms and Conditions-Commercial Items, applies to this
acquisition. In addition to the guidance contained in FAR 52.212-4,
contractors shall submit proof of delivery with their invoices. Proof of
delivery may be in the form of a bill of lading or other shipping
document signed by the receiving office. Invoices received without proof
of delivery will not be accepted. The clause at FAR 52.212-5, Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, applies to this acquisition. Offers are due by
close of business May 20, 1998, and can be submitted to the address shown
above Attn: Delta Helm or sent by FAX to the number shown above.
Inquiries regarding the solicitation will only be accepted via FAX.
(AC0508016-03) (0128)
GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE),
SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
Category : <70> (General Purpose ADP Equipment Software, Supplies and
Support Eq.)
Address : GSA/ITS/6TS-A, 1500 E. Bannister Road, Kansas City, MO
64131-3088
Sol. no. : 6TSA-98-CSC-0128
Contact : Point of Contact -- Contact Sue Cumpton by Fax (816)823-3322
Due : 14 May, 1998
SOL 6TSA-98-CSC-0128 DUE 051498 POC Point of Contact -- Contact Sue
Cumpton by Fax (816)823-3322 The General Services Administration intends
to issue a delivery order under GSA Schedule Contract GS-35F-4194D to
World Wide Technology, which includes open market pricing for CLIN 1. Sun
StorEdge FlexiPack with 14 GB 8mm tape drive, external, part
#SG-XTAP8MM-020A, Qty. 66. CLIN 2. 68-pin to 68-pin 0.8 meter SCSI cable
kit with power cord, part # X3856A, Qty. 66. CLIN 3. Integration of
peripheral components, Qty. 66. These items are to be integrated into 66
Ultra 60 Dual Processors which are being purchased under GSA Schedule
Contract GS-35F-4194D and therefore cannot be separated from this
procurement. This procurement is under the authority of FAR 6.302-1
through solicitation number 6TSA-98-CSC-0128. The solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular (FAC) 97-03. Only one responsible source and
no other supplies or services will satisfy agency requirements. The
proposed contract action is for supplies or services for which the
Government intends to solicit and negotiate with only one source under
authority of FAR 6.302. Interested persons may identify their interest
and capability to respond to the requirement or submit proposals. This
notice is not a request for competitive proposals. All proposals received
by 4:00 p.m. 5/14/98 will be considered by the government. A
determination by the Government not to compete this proposed contract
based on responses to this notice is solely within the discretion of the
government. Information received will be considered solely for the
purpose of determining whether to conduct a competitive procurement.
Inquiries will only be accepted by FAX at the number shown above.
(AC0511019-04) (0131)
GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE),
SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
Category : <70> (General Purpose ADP Equipment Software, Supplies and
Support Eq.)
Address : GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO
64131-3088
Sol. no. : 6TSA-98-CSC-0131
Contact : Point of Contact -- CONTACT SUE CUMPTON BY FAX (816)823-3322
Due : 21 May, 1998
SOL 6TSA-98-CSC-0131 DUE 052198 POC Point of Contact -- CONTACT SUE
CUMPTON BY FAX (816)823-3322 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulations document (FAR) subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation: quotations are being requested and A
WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number
6TSA-98-CSC-0131 is being issued as a request for quotations (RFQ). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular (FAC) 90-38. CLIN 1.
Apex-Mac switch package 100-250, part # 032M117-001, Qty. 4. CLIN 2.
GPS-15 power supply, 100-250 Vac, part # 035B010-001, Qty. 4. CLIN 3.
HS-ATM cell W/OC3C/STM-1, part # 032M013-003, Qty. 4. CLIN 4. DMLIM LIM
Module, part # 032P066-013, Qty. 4. CLIN 5. Circuit Emulation, part #
032M016-003, Qty. 4. CLIN 6. Serial I/O Quad, part # 032P094-001, Qty. 4.
CLIN 7. HPG-ATM cell W/G.804, part # 032M011-003, Qty. 2. CLIN 8.DS3-2C
2-port T3 LIM, part # 032P046-001, Qty. 2. CLIN 9. Cable, serial I/O to
530 DCE, part # 027H442-005, Qty .16. CLIN 10. Apex switch S/W V4.4.0
CD-ROM, part # 032U521-C01A, Qty. 4 (including Apex 4.4 manual sets, soft
copy). CLIN 11. North American Power Cord, part # 830-002-108, Qty. 8.
CLIN 11. Apex NMS3000 V 3.3 manuals if not on Apex Switch CD-Rom, part #
APEXDOCS-NMS33, Qty. 4. Partial bids will not be accepted. No
substitutions will be allowed. Offeror must provide proof of ability to
deliver referenced requirements. Date of Delivery is 30 days ARO. FOB
Fort Monmouth NJ. The provision at FAR 52.212-1, instructions to
offerors, applies to this acquisition. Evaluation is based on best value,
cost, ability to meet requirements and past performance. Offerors shall
include a completed copy of the provision at FAR 52.212-3, offeror
representation and certification -- commercial items with its offer. The
clause at FAR 52.212-4, contract terms and conditions -- commercial
items applies to this acquisition. In addition to the guidance contained
in FAR 52.212-4, contractors shall submit proof of delivery with their
invoices. Proof of delivery may be in the form of a bill of lading or
other shipping document signed by the receiving office. Invoices received
without proof of delivery will not be accepted. The clause at FAR
52.212-5, contract terms and conditions required to implement statutes or
executive orders -- commercial items applies to this acquisition. Offers
are due by close of business, May 21, 1998, at the address shown above
Attn: Sue Cumpton. Inquiries will only be accepted by FAX at the number
shown above. (AC0513025-05) (0134)
GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE),
SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
Category : <70> (General Purpose ADP Equipment Software, Supplies and
Support Eq.)
Address : GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO
64131-3088
Sol. no. : 6TSA-98-CSC-0133
Contact : Point of Contact -- CONTACT SUE CUMPTON BY FAX (816)823-3322
Due : 22 May, 1998
SOL 6TSA-98-CSC-0133 DUE 052298 POC Point of Contact -- CONTACT SUE
CUMPTON BY FAX (816)823-3322 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulations document (FAR) subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation: quotations are being requested and A
WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number
6TSA-98-CSC-0133 is being issued as a request for proposals (RFP). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular (FAC) 90-38. CLIN 1. AUI
Adapter Cable for SPARC20 to Thinnet, part # Sun X981A, Qty. 2. CLIN 2.
GCCS 3.0/Sun Solaris 2.5.1 Operating System, part # 07-2757136-V. Apr.
97, Qty. 2. CD ROM DOC Maint & Upgr. CLIN 3. APPLIX Base for Solaris,
part # P19002, Qty. 2. CLIN 4. APPLIX mail license for Solaris, part #
P19041, Qty. 2. CLIN 5. APPLIX Spreadsheets license for Solaris, part #
P19015, Qty. 2. CLIN 6. APPLIX data license for Solaris, part # P19054,
Qty. 2. CLIN 7. APPLIX words pack filter license for Solaris, part #
P19067, Qty. 1. CLIN 8. APPLIX Graphics pack filter license for Solaris,
part # P19080, Qty. 1. CLIN 9. Additional 32 MB RAM per PC with 4Mx32,
60 ns, Tech Works, Qty. 5. CLIN 10. SIMM 72 pin EDO, part # 11519-0001,
Qty. 5. CLIN 11. Exceed Multiplatform V5.1.3 new site license, part #
W3-049, Qty. 5. CLIN 12. NFS Maestro SOLO add to new site license, part
# SW-499, Qty. 1 seats 1-30. CLIN 13. NFS Maestro Solo media on CD, Qty.
5. CLIN 14. Ghost Software (25 Pk Multi Access), Qty. 1. CLIN 15. CISCO
Router 2514 Dual ethernet/dual serial, part # CISCO2514, Qty. 1. CLIN
16. Power cord, 110V, part # CAB-AC, Qty. 1. CLIN 17. RS-350 Cable, DTE
Male 10'/Cisco 2514, part # CAB-530MT, Qty. 1. CLIN 18. RS-449 Cable,
DTE, Male 10', part # CAB-449MT, Qty. 1. CLIN 19. Cisco Catalyst 1900 24
10-Base-T, 2, 100Base TX, 1K MAC, part # WS-C1900, Qty. 1. CLIN 20.
RS-232 Cable, DTE Male 10' Cables, part # CAB-232MT, Qty. 1. CLIN 21.
Optional 8MB Flash SIMM, part # MEM-1X8F, Qty. 2. CLIN 22. Larscom
DSU/CSU access T-201, Qty. 2. CLIN 23. Lucent Technologies STU-III (1910)
COMSEC, Qty. 2. CLIN 24. KIV-7HS COMSEC device, part # 4070580-0501, Qty.
2. CLIN 25. Lithium Battery, part # 4061244-0701, Qty. 2. CLIN 26. DTE 6
ft RS-232 (DB37P to DB25S), Part # 4065537-0501, Qty. 2. CLIN 27. DCE 6
ft RS-232 (DB37S to DB25P, part # 4065538-0501, Qty. 2. CLIN 28. DTE 6
ft RS-232 (DB37P to DB25S), part # 4074249-0501, Qty. 2. CLIN 29. DCE 6
ft EIA-530 (DB37S to DB25P), part #4074250-0501, Qty. 2. CLIN 30.
Crossconnect UTP cable 7", part # WS-C710, Qty. 1. CLIN 31. AUI/BNC
Transceiver, part # AT-MX10-05, Qty. 1. CLIN 32. Modular Connectors
25/Bag, part # RJ45, Qty. 1. CLIN 33. 10BaseT, RF45 to AUI Transceiver,
part # 618661, Qty. 2. CLIN 34. Cat 5 UTP Cable Gray PVC 1000' per box,
part # CMR5-24-4PBNS, Qty. 1. CLIN 35. 19" KIV 7HS Mount, w/dual AC power
supply, part # pulse engineering 3014-2, Qty. 2. CLIN 36. T-connectors
(BNC), part # Anixter 160332, Qty. 3. CLIN 37. Terminators (BNC), part #
Anixter 160333, Qty. 2. CLIN 38. Cisco 2500 series IOS IP only feature
set plus RMON, part # SF25CR-11.1.12, Qty. 1. CLIN 39. SMARTnet
maintenance, part # CON-SNT-2514, Qty. 1. CLIN 40. CISCO concentrator
WS-C1100 SMARTnet maintenance, part # CON-SNT-WS-C1100, Qty. 1. CLIN 41.
TS/SU one year maintenance for Exceed multiplatform V5.1.3 new site
product TS/SU maintenance (1year), Qty. 5. Partial bids will not be
accepted. No substitutions will be allowed. Offeror must provide proof of
ability to deliver referenced requirements. Date of Delivery is 30 days
ARO. FOB Fort Monmouth NJ (except KIV-7HS secure devices & STU-III (1910)
modems FOB Hickam AFB, HI. The provision at FAR 52.212-1, instructions to
offerors, applies to this acquisition. Evaluation is based on best value,
cost, ability to meet requirements and past performance. Offerors shall
include a completed copy of the provision at FAR 52.212-3, offeror
representation and certification -- - commercial items with its offer.
The clause at FAR 52.212-4, contract terms and conditions -- commercial
items applies to this acquisition. In addition to the guidance contained
in FAR 52.212-4, contractors shall submit proof of delivery with their
invoices. Proof of delivery may be in the form of a bill of lading or
other shipping document signed by the receiving office. Invoices received
without proof of delivery will not be accepted. The clause at FAR
52.212-5, contract terms and conditions required to implement statutes or
executive orders -- commercial items applies to this acquisition. Offers
are due by close of business, May 22, 1998, at the address shown above
Attn: Sue Cumpton. Inquiries will only be accepted by FAX at the number
shown above. (AC0514028-02) (0134)
GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE),
SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
Category : <70> (General Purpose ADP Equipment Software, Supplies and
Support Eq.)
Address : GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO
64131-3088
Sol. no. : 6TSA-98-CSC-0132
Contact : Point of Contact -- CONTACT SUE CUMPTON BY FAX (816)823-3322
Due : 22 May, 1998
SOL 6TSA-98-CSC-0132 DUE 052298 POC Point of Contact -- CONTACT SUE
CUMPTON BY FAX (816)823-3322 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulations document (FAR) subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation: quotations are being requested and A
WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number
6TSA-98-CSC-0132 is being issued as a request for proposals (RFP). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular (FAC) 90-38. CLIN 1. AUI
Adapter Cable for SPARC20 to Thinnet, part # Sun X981A, Qty. 2. CLIN 2.
GCCS 2.2.2/Sun Solaris 2.3 Operating System, Qty. 4. CLIN 3. GCCS 3.0/Sun
Solaris 2.5.1 Operating System, part # 07-2757136-V. Apr. 97, Qty. 4. CD
ROM DOC Maint & Upgr. CLIN 4. APPLIX Base for Solaris, part # P19002,
Qty. 4. CLIN 5. APPLIX mail license for Solaris, part # P19041, Qty. 4.
CLIN 6. APPLIX Spreadsheets license for Solaris, part # P19015, Qty. 4.
CLIN 7. APPLIX data license for Solaris, part # P19054, Qty. 4. CLIN 8.
APPLIX words pack filter license for Solaris, part # P19067, Qty. 2. CLIN
9. APPLIX Graphics pack filter license for Solaris, part # P19080, Qty.
2. CLIN 10. Nexar Pentium 166 Mhz PC w/32MB RAM, with Keyboard, mouse &
two drives, part # 4185, Qty. 10. CLIN 11. Additional 32 MB RAM per PC
with 4Mx32, 60 ns, Tech Works, Qty. 10. CLIN 12. SIMM 72 pin EDO, part #
11519-0001, Qty. 10. CLIN 13. Panasonic color 17" monitor, part # S17,
Qty. 10. CLIN 14. UPS, part #16-0451, Qty. 10. CLIN 15. 32-bit PCI combo
card (ethernet adapter), part # 3C900-Combo, Qty. 10. CLIN 16. MS
Windows NT Client 4.0 operating system. CLIN 17. Media/DOC on CD, part
#351-00187, Qty. 2. CLIN 18. MS office V97 for WIN 95/NT, part #
353-0005, Qty. 2. CLIN 19. Exceed Multiplatform V5.1.3 new site license,
part # W3-049, Qty. 10. CLIN 20. NFS Maestro SOLO add to new site
license, part # SW-499, Qty. 10 seats 1-30. CLIN 21. NFS Maestro Solo
media on CD, Qty. 10. CLIN 22. Ghost Software (25 Pk Multi Access), Qty.
2. CLIN 23. CISCO Router 2514 Dual ethernet/dual serial, part #
CISCO2514, Qty. 2. CLIN 24. Power cord, 110V, part # CAB-AC, Qty. 2. CLIN
25. Optional 8MB Flash SIMM, part # MEM-1X8F, Qty. 4. CLIN 26. RS-350
Cable, DTE Male 10'/Cisco 2514, part # CAB-530MT, Qty. 2. CLIN 27. RS-449
Cable, DTE, Male 10', part # CAB-449MT, Qty. 2. CLIN 28. Cisco Catalyst
1900 24 10-Base-T, 2, 100Base TX, 1K MAC, part # WS-C1900, Qty. 2. CLIN
29. RS-232 Cable, DTE Male 10' Cables, part # CAB-232MT, Qty. 2. CLIN 30.
Larscom DSU/CSU access T-201, Qty. 4. CLIN 31. Lucent Technologies
STU-III (1910) COMSEC, Qty. 4. CLIN 32. KIV-7HS COMSEC device, part #
4070580-0501, Qty. 4. CLIN 33. KIV-7 19" Rack mount w/AC power supply,
part # Pulse Engineering 3014-2, Qty. 4. CLIN 34. DTE 6 ft RS-232 (DB37P
to DB25S), Part # 4065537-0501, Qty. 4. CLIN 35. DCE 6 ft RS-232 (DB37S
to DB25P, part # 4065538-0501, Qty. 4. CLIN 36. DTE 6 ft RS-232 (DB37P
to DB25S), part # 4074249-0501, Qty. 4. CLIN 37. DCE 6 ft EIA-530 (DB37S
to DB25P), part #4074250-0501, Qty. 4. CLIN 38. Crossconnect UTP cable
7", part # WS-C710, Qty. 2. CLIN 39. AUI/BNC Transceiver, part #
AT-MX10-05, Qty. 2. CLIN 40. Lithium Battery, part # 4061244-0701, Qty.
4. CLIN 41. Modular Connectors 25/Bag, part # RJ45, Qty. 2. CLIN 42.
10BaseT, RF45 to AUI Transceiver, part # 618661, Qty. 4. CLIN 43. Gray
PVC, 1000' per box, Cat 5, Qty. 2. CLIN 44. 19" rack mount kit, part #
ACS-NPRN, Qty. 2. CLIN 45. Rack Mount Kit, 19", part # ACS-2500RM-19,
Qty. 2. CLIN 46. T-connectors (BNC), part # Anixter 160332, Qty. 6. CLIN
47. Terminators (BNC), part # Anixter 160333, Qty. 4. CLIN 48. Cisco
2500 series IOS IP only feature set plus RMON, part # SF25CR-11.1.12,
Qty. 2. CLIN 49. SMARTnet maintenance, part # CON-SNT-2514, Qty. 2. CLIN
50. CISCO concentrator WS-C1100 SMARTnet maintenance, part #
CON-SNT-WS-C1100, Qty. 2. CLIN 51. TS/SU one year maintenance for Exceed
multiplatform V5.1.3 new site, Qty. 10. Partial bids will not be
accepted. No substitutions will be allowed. Offeror must provide proof of
ability to deliver referenced requirements. Date of Delivery is 30 days
ARO. FOB Fort Monmouth NJ (except KIV-7HS secure devices & STU-III (1910)
modems FOB Hickam AFB, HI. The provision at FAR 52.212-1, instructions to
offerors, applies to this acquisition. Evaluation is based on best value,
cost, ability to meet requirements and past performance. Offerors shall
include a completed copy of the provision at FAR 52.212-3, offeror
representation and certification -- - commercial items with its offer.
The clause at FAR 52.212-4, contract terms and conditions -- commercial
items applies to this acquisition. In addition to the guidance contained
in FAR 52.212-4, contractors shall submit proof of delivery with their
invoices. Proof of delivery may be in the form of a bill of lading or
other shipping document signed by the receiving office. Invoices received
without proof of delivery will not be accepted. The clause at FAR
52.212-5, contract terms and conditions required to implement statutes or
executive orders -- commercial items applies to this acquisition. Offers
are due by close of business, May 22, 1998, at the address shown above
Attn: Sue Cumpton. Inquiries will only be accepted by FAX at the number
shown above. (AC0514028-01) (0134)