SOLICITATION NOTICE
L -- SOFTWARE SUPPORT SERVICES
- Notice Date
- 8/26/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-04-T-0223
- Response Due
- 9/3/2004
- Archive Date
- 9/18/2004
- Point of Contact
- Randolph Serman, Contract Specialist, Phone (301) 757-9712, Fax 301-757-0200, - Thomas Stann, Contracting Officer, Phone (301) 757-9714, Fax (301) 757-0200,
- E-Mail Address
-
randolph.serman@navy.mil, thomas.stann@navy.mil
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-04-T-0223 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24, the Defense Acquisition Circular 91-13, and DCN 20040625. This action is not set aside for small businesses. The applicable NAICS is 541511 and the small business size standard is $21.0 million. The Government intends to solicit and negotiate on a sole source basis with Multigen-Paradigm under the authority of FAR 6.302-1. Multigen-Paradigm has proprietary rights to this software at the present time. This notice of intent is not a request for competitive proposals. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capabilities statements received by 2:30 PM Eastern Standard Time, September 03, 2004 will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. The contract line item number is 0001: Twelve month support service for each product code as follows: MGCRE-TBUN-FL- T-PC-M 1 Creator Terrain Bundle for Windows (1ea), VG-DEV-MP-M Vega Multi-Processor Dev. License (1 ea), VG-SPEC-M Vega Special Effects Module (1 ea), vp_base_dev_m Vega Prime Development Environment (1 ea), vp_dr_dev_m Vega Prim Distributed Rendering Development Environment (1 ea), vp_irscene_dev_m Vega Prime IR Scene Development Environment (1 ea), vp_irsensor_dev_ Vega Prime IR Sensor Development Environment (1 ea), vp_tmm_dev_m Texture Material Mapper Tool (1 ea), vp_mat_dev_m MOSART Atmospheric Tool (1 ea), vp_radar_dev_m Vega Prime Radar Development Environment (1 ea), vp_lobes_dev_m Light Lobes (1 ea), vp_ladbm_dev_m Vega Prime LADBM Development Environment (1 ea), vp_marine_dev_m Marine (1 ea), vp_fx_dev_m Vega Prime FX Development Environment (1 ea), vp_base_dev_m Vega Prime Development Environment (3 ea), vp_dr_dev_m Vega Prime Distributed Rendering Development Environment (3 ea) , vp_irscene_dev_m Vega Prime IR Scene Development Environment (3 ea), vp_irsensor_dev_ Vega Prime IR Sensor Development Environment (3 ea), vp_tmm_dev_m Texture Material Mapper Tool (3 ea), vp_mat_dev_m MOSART Atmospheric Tool (3 ea), vp_radar_dev_m Vega Prime Radar Development Environment (3 ea), vp_lobes_dev_m Light Lobes (3 ea), vp_ladbm_dev_m Vega Prime LADBM Development Environment (3 ea), vp_marine_dev_m Marine (3 ea). The contractor shall deliver to: Naval Air Warfare Center, United States Naval Test Pilot School, 22783 Cedar Point Road, Unit 2168, Patuxent River, MD 20670-1160. Mark for: Joe King (BLDG 2168). Inspection and acceptance shall be made at destination, FOB destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights under the Inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. FAR 52.212-1 Instructions to Offerors?Commercial Items (Jan 2004) is incorporated by reference and applies to this acquisition. The Government intends to award this contract to Multigen-Paradigm. Therefore, the provision at 52.212-2 Evaluation?Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate the Multigen-Paradigm proposal to determine the price fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoices for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3, including Alt 1, Offeror Representations and Certifications -- Commercial (May 2004) (E.O. 11246) with its proposal. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders -- Commercial Items (Jun 2004) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-3, Convict Labor (June 2003)(E.O. 11755), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.225-13, Restriction on Certain Foreign Purchases (Dec 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). DFARS Clause, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2004) is incorporated by reference, however, for paragraph (b) only the following clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program. (APR 2003), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.247-7023 Alt III Transportation of Supplies by Sea.(MAY 2002), 252.247-7024 Notification of Transportation of Supplies by Sea. (MAR 2000). FAR 52.252-2, clause incorporated by referance (Feb 1998) also applies to this acquisition. The full text of a clause may be accessed electronically at this/these address(es); http://farsite.hil.af.mil/ or http://www.arnet.gov.far . Offers are due to Contracts, Randolph Serman code 251731 Bldg 588 Suite 2, NAWCAD, 47253 Whalen Rd. unit 9, Patuxent River MD 20670-1463 by 2:30 P.M. Eastern Standard Time, 03 Sep 2004. All responsible sources may submit a proposal that shall be considered by the agency. For information regarding this solicitation contact Randolph Serman at (301) 757-9712, fax (301) 757-0200, or email randolph.serman@navy.mil .
- Record
- SN00655769-W 20040828/040827094945 (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 |