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