Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1996 PSA#1643

CO, MCTSSA, Box 555171, MCB, Camp Pendleton, CA 92055-5171

70 -- PURCHASE NBC (NUCLEAR, BIOLOGICAL, CHEMICAL) ANALYSIS SOFTWARE LICENCE, MCTSSA, MCB, CAMP PENDLETON, CA SOL M67854-96-B-5332 DUE 080896 POC Contact Contract Specialist Jeff Williams or Contracting Officer Esther Christianson 619-725-2521. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, bids are being requested and a written solicitation will not be issued. Solicitation number M67854-96-B-5332 is issued as an Invitation for Bids (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37. This is a total small business set-aside. SIC 7372 $14.5M. CLIN 0001 - Purchase seven (7) each - Nuclear, Biological, Chemical (NBC) Commercial Off The Shelf (COTS), mature, reliable, and maintainable NBC Warning, Reporting Software (S/W) license including maintenance and new releases. The S/W shall be capable of performing NBC functions from the lowest (squadron) levels and communicate this information to the highest Command and Control (C2) reporting levels with no modifications. The S/W shall be capable of the following NBC functions: (a) Provides NBC Commanders with an approximate definition of potential hazards before, during, and after and NBC incident. (b) Capable of sending this information via Local Area Network (LAN), and Modem to Command and Control System running Joint Maritime Command Information System (JMCIS) and/or Global Command and Control System Common Operating Environment (GCCS COE). (c) The S/W shall be in compliance with the NATO Allied Technical Publication-45 (ATP-45) ''Reporting Nuclear Detonations, Biological and Chemical Attacks, and Predictions and Warnings of Associated hazard Areas.'' (d) Capable of allowing operator to put S/W in operation in a short period of time (less then 15 minutes for executable program minus maps) with minimal S/W specific training (experienced/trained NBC user with 2 to 4 hours of informal training). (e) The NBC S/W warning and reporting capability shall provide NBC weapon effects relief map overlays resulting from NBC related attacks, NBC related accidents and incidents, and/or hazards associated with hazardous materials via a local printer. (f) By way of operator input or automated data input, be capable of receiving, storing, modifying, retrieving, and transmitting data on weather, terrain, unit locations, and sources of attacks in near real time. (g) Capable of displaying and printing hazard relief map overlays at discrete time intervals as determined/required by the NBC operator for NBC attacks. (h) Capable of displaying and printing agent concentration contour lines selected by the user. (i) NBC Message formats shall conform with Automatic Data Processing-3 (ADaTP-3) and/or United States Message Text Format (USMTF). (j) The S/W shall be in two versions: One for DOS and/or Windows environment running on a IBM compatible 486/50 or better Laptop/Desktop PC with 8 MG RAM and one to run in a UNIX environment on a SUN SPARC 20 or TAC III or IV running Solaris OS. (k) The S/W must be ready for delivery five (5) days after contract award for immediate use in the USMC's Marine Expeditionary Force Combat Operation Center (Interim)(MEF COC(I)). CLIN 0002: Option 1 - A one (1) year renewal of the license for items in CLIN 0001 starting the day following the completion of the basic award year. CLIN 0003: Option 2 - A second one (1) year renewal of the license for items in CLIN 0001 starting the day following the completion of Option 1. CLIN 0004: Option 3 - A third one (1) year renewal of the license for items in CLIN 0001 starting the day following the completion of Option 2. All software shall be FOB Destination and shall be received and accepted at MCTSSA, Supply Officer, Bldg 31345, Camp Pendleton, CA 92055-5171 no later than five (5) days after contract award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. For evaluation purposes, the provision at FAR 52.212-2, Evaluation-Commercial Items, shall apply. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, technical capability and past performances. The offerors shall identify where the offered items meet or does not meet each of the Governments functional and performance minimum specifications listed herein. The offerors shall provide the names, contact points, and telephone numbers of three (3) commercial or government customers that are currently using the items being offered for purposes of past performance evaluation. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its bid. The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, apply to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, Subparagraphs (a), (b)(1), (2), (3), (5), (6), (7), (8), (9) (10), (13), (15) (d) and (e), apply to this acquisition and are hereby incorporated by reference. Offers are due in the MCTSSA Contracts Section, P.O. Box 555171, Camp Pendleton, CA 92055-5171 no later than 2:00 p.m. on 08 August 1996. For identification purposes, cite the Solicitation number and bid opening date on the outside of the bid mailing envelope. The point of contact for information regarding this solicitation is Jeffry L. Williams at (619)725-2521. (0204)

Loren Data Corp. http://www.ld.com (SYN# 0420 19960723\70-0002.SOL)


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