Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,1996 PSA#1660

US Department of Commerce/National Oceanic and Atmospheric Administration (NOAA), PGAS, Procurement Operations Division, 1325 East West Highway, Station 4301, Silver Spring, MD 20910-3283

70 -- LASER-SCAN AUTOMATED MAP PRODUCTIVITY SYSTEM 2 (LAMPS2) SOL 52-DDNC-6-90173 POC Leslie McDonald, Contract Specialist; Norbert F. Szymanski, Jr., Contracting Officer, 301-713-0839 This is a combined snyopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart l2.6, 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 No. 52-DDNC-6-90173 is issued as a RFP. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37. The standard industrial classification code for this acquisition is 7373. The U.S. Department of Commerce/NOAA intends to award a Firm-Fixed-Price contract on a sole source basis to Laser-Scan, Inc. of Sterling, Virginia for a Laser Scan Automated Map Production System 2 (LAMPS2). The base contract will be for one system comprised of the following contract line items: CLIN NO. 01-Sun Ultra 1 System, Model 170 Workstation, Qty. 1; CLIN NO. 02-UNIX Country Kit - Type 5, Qty. 1; CLIN NO. 03-Sun Ultra 1 System Memory Upgrade 64 MB Memory Expansion, Qty. 1; CLIN NO. 04-3.5'' Floppy Drive, Qty. 1; CLIN NO. 05-Solaris 2.x Media for New Systems, Solaris Software Sun OS v 5.5, Qty. l; CLIN NO. 06-Sun CD 4 SPARC storage UniPack w/68 to 68 pin SCSI Cable, Qty. 1; CLIN NO. 07/8 GB External SCSI-2Hard Disk Pack, Qty. 1; CLIN NO. 09-Rasterflex-32 graphics card, Qty. 1; CLINNO. 10-14 GB 8mm Tape UniPack w/68 to 68 pin SCSI Cable, Qty. 1; CLIN NO. 11-Isobar Surge Suppressor, Qty. 1; CLIN NO. 12-LAMPS2 software bundle, First User License, Lot l; CLIN NO. 13-GOTHIC Object Oriented data base Application Tailoring License, Single User, Code: ATL, Lot l; CLIN NO. 14-GOTHIC Object Oriented Data Base Management System, First User License, Lot l; CLIN NO. 15-S-57 Version 3.0 Import/Export Translator, Qty. 1; CLIN NO. 16-Oracle RDBMS 8-user licenses for 8 users, Lot l; CLIN NO. 17/l8-Miscellaneous cables and connectors, Lot l; CLIN NO. 19-Annual software maintenance for GOTHIC Application Tailoring License, Lot l; CLIN NO. 20-Annual software maintenancefor GOTHIC Data Base Management System, First License, Lot l; CLIN NO. 21-Annual software maintenance for LAMPS2 bundle, Single User, Lot l; CLIN NO. 22-System integration and installation, 8 mandays, Lot l; CLIN NO. 23-Operator training, Lot l; CLIN NO. 24- System administrator training, Lot l. The contract will include the following optional line items: OPTION 1: CLIN NO. 25-Sun Ultra 1 System, Model 170 Workstation, Qty. 2; CLIN NO. 26-UNIX Country Kit- Type 5, Qty. 2; CLIN NO. 27-Sun Ultra 1 System Memory Upgrade 64 MB MemoryExpansion, Qty. 2; CLIN NO. 28-3.5'' Floppy Drive, Qty. 2; CLIN NO. 29-SunCD 4SPARC storage UniPack w/68 to 68 pin SCSI Cable, Qty. 2; CLIN NO. 30-4.2 GBExternal SCSI-2 Hard Disk Pack, Qty. 2; CLIN NO. 31-Rasterflex-32 graphicscard, Qty. 2; CLIN NO. 32-Isobar Surge Suppressor, Qty. 2; CLIN NO. 33-Solaris2.x Media for New Systems, Solaris Software SunOS v 5.5, Qty 2; CLIN NO. 34-LAMPS2 software bundle, Qty. 2; CLIN NO. 35-GOTHIC Object Oriented Data Base Management System, User License 2-3, Lot 2; CLIN NO. 36-S-57 Version 3.0Import/Export Translator, Qty. 2; CLIN NO. 37-Annual software maintenance for GOTHIC Data Base Management System, User LIcense 2-3, Lot 2; CLIN NO. 38-Annual software maintenance for LAMPS2 bundle, User LIcense 2-3, Lot 2; CLIN NO. 39-System integration and installation, l0 mandays, Lot 1; CLIN NO. 40-Miscellaneous cables and connectors, Lot l; OPTION 2: CLIN NO. 41-LAMPS2 customization/object database design, contractor support services, 40 manddays,Lot l; OPTION 3: CLIN NO. 42-Three calendar months, on-site contractor system support, 63 mandays, Lot l; OPTION 4: CLIN NO. 43-Upgrade of GOTHIC applicationtailoring license to full developer license (ADE), l-5 Users, Lot l; CLIN NO.44-Annual software maintenance for full developer license for l-5 Users, Lot l,CLIN NO. 45-Software Installation and integration of upgrade for GOTHIC Applications Development Environment (ADE) Full Developer's License for l-5Users, Lot l. The production system required by Products Branch, Office of Coast Survey, National Ocean Service, NOAA, must have the capability to produce the data in the International Hydrographic Organization (IHO) S-57 Edition 3.0 format; be able to integrate source information in various formats and allow for the easy maintenance of the resulting data base(s). This functionality must be accessible through a Graphical User Interface (GUI). Furthermore, to facilitate implementation and minimize operator training time, the software must provide this functionality in a consistent manner across all functions. In order to support the simple export of S-57 data, the data base should bestructured using the S-57 data model and have full support for link-explicit-node topology. As topology is a key feature of S-57 format data, topology must be maintained on-the-fly to ensure that any edits to the data base do not corrupt the topology of the data. In order to meet future production requirements, the system also must have the capability to store raster data inthe same data base. This raster data must be fully editable with tools provided by the production system. The system must allow simultaneous display of both raster and vector data during database creation and maintenance tasks. Total overall contract period of performance is anticipated to be 30 months. All options shall be exercised within l2 months of contract award. FOB Destination at: US Dept of Commerce, NOAA, NOS, MCD, Room 7658, 1315 East West Highway, Silver Spring, MD 20910-3282. Provision 52.212-l Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are to include a completed copy of Provision 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition with the following addenda statements: TIME OF DELIVERY - The Government requires delivery (including installation) within thirty days after contract award. Also, the following applies: VIRUS-FREE CHECK AND CERTIFICATION OF DATA DELIVERED VIA ELECTRONIC MEDIA-All data delivered via electronic media (by disk, telecommunications transmission, or any other manner of electronic medium) shall be checked and certified as virus-free at data point of origin. Virus-free electronic media data certification shall be required to accompany all such delivered data, identifying the specific certifying party, telephone number, data generation location, date-certified, a list of each data item being certified and the following certifying statement: ''All data provided for by this delivery is virus-free!''. Provision 52-212-2, Evaluation-Commercial Items, applies to this acquisition. Award will be made to the responsible,responsive company whose bid is technically acceptable, lowest price. The Government intends to make a sole award. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, apply to this acquisition. Other applicable contract terms and conditions are: 52.217-5, Evaluation of Options; 52.217-7, Option for Increased Quantity--Separately Priced Line Item; 52.222-35, Affirmative Action for Special Disabledand Vietnam Era Veterans; 52-222-36, Affirmative Action for Handicapped Workers; 52.225-3 Buy America Act. Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices will be incorporated. This acquisition is being conducted under a blanket delegation of GSA's exclusive procurement authority for FIP resources. Any offeror who can furnish the exact item(s) to be acquired should submit proposals to the above address. Telephonic responses shall not be accepted. All proposals shall be received by 3pm, local time, fifteen days from the date this notice is published, to the header address. Failure to respond as indicated above will result in the Government proceeding as stated above. See Note 22. (0227)

Loren Data Corp. http://www.ld.com (SYN# 0437 19960815\70-0001.SOL)


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