Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 1,1997 PSA#1814

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304

70 -- DATA REDUCTION TRACKER SYSTEM SOL N00421-97-R-1114 POC Mr. Bill Jones, Contracting Officer, (301) 342-1825 X153, Fax (301) 342-1864 The Naval Air Warfare Center Aircraft Division, Patuxent River, MD plans to acquire on a firm fixed price basis a Tau Corporation Eagle Data Reduction Tracker System for the Structures Division, Code 4.3.3.3 Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, 20670-5304. The tracker system takes as input data files and images of aircraft landings stored on video disk, and as output provides positional data on those aircraft in a format ready for processing through a statistical analysis system This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Proposals are being requested. A written solicitation will not be issued. Solicitation # N00421-97-R-1114 is issued as a Request For Proposal (RFP). The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 90-41 and Defense Acquisition Circular 91-10. This acquisition will be negotiated on a sole source basis with Tau Corporation, 485 Alberto Way, Los Gatos, CA 95032-5405 under the authority of FAR 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirement. The sole source determination is based on the following factors: A second Eagle Tracker System is required to augment the existing system in use by the Naval Aircraft Approach and Landing Data Acquisition System (NAALDAS) project in the Structures Division. The tracker system takes as input data files and images of aircraft landings stored on video disk, and as output provides positional data on those aircraft in a format ready for processing through a statistical analysis system. The new system must process data concurrently with the current tracker system, therefore they must process data identically. The system currently in use was purchased from Tau Corporation and uses Tau's proprietary data tracking algorithms, for which the government does not own the source code. In addition, there is an already existing network of personnel skilled in the operation and maintenance of the current system, which increases operational effectiveness and efficiency and reduces costs to the Government. The tracking system must be precisely identical to the unit currently in use for the reasons specified above. All rights to the item are proprietary to Tau Corporation. . The applicable Standard Industrial Classification code is 7010. The contract line item numbers (CLINs) are as follows: /////CLIN 0001 -- Base EAGLE System (Complete Turnkey Workstation) consisting of ; SUBCLIN 000101 -- UNIX workstation with 1.05-G-Byte Internal Disk, 32 Mbytes of RAM. (1 EACH), SUBCLIN 000102 -- 150-Mbyte 1/4" Tape Cartridge (1 each)//// SUBCLIN 000103 -- Image Processing Subsystem (1 EACH) ////SUBCLIN 000104 Automated Feature Tracking and Data Reduction Software with Use License (1 EACH)////SUBCLIN 000105 Operators Manual Manual to include an appendix with all source code associated with the customizing of EAGLE software. (1 EACH) ////SUBCLIN 000106 Systems Maintenance Manual (1 EACH) The contractor shall deliver CLINS 0001, within 30 days after contract award to: Supply Department, Building 665, M/S 31, Naval Air Station, Patuxent River, MD 20670-5304. Mark for: John F. Daley, Code 4.3.3.3., MS/3, Building 2187, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-1909. Inspection and acceptance shall be made at destination FAR 52.212-1 INSTRUCTIONS TO OFFERORS -COMMERCIAL ITEMS (OCT 1995) is incorporated by reference and applies to this solicitation. Each offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL (JUN 1996) with its proposal. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 1995) 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 (AUG 1996) is incorporated by reference, however, for paragraph (b) only, of this clause, only the following clauses apply to this solicitation. 52.212-5(b): 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT with ALTERNATE I (OCT 1995),>>>> 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (SEP 1990), >>>>52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS (OCT 1995), >>>>52.222-26 EQUAL OPPORTUNITY (APR 1984), >>>>52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS (APR 1994), >>>>52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (APR 1994), >>>>52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (JAN 1988) Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212.7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (NOV 1995). DFARS clause 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITION OF COMMERCIAL ITEMS (NOV 1995) is incorporated by reference, however, for paragraph (b) only, the following clauses apply: 252.225-7007 TRADE AGREEMENTS ACT (JAN 1996); 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC (NOV 1995); (JAN 1994); 252-227.7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (NOV 1995); 252.233-7000 CERTIFICATION OF CLAIMS AND REQUESTS FOR ADJUSTMENT OF RELIEF(MAY 1994); 252.247.7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA(NOV 1995). Warranty. 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 the 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 items listed in the schedule. (0087)

Loren Data Corp. http://www.ld.com (SYN# 0301 19970401\70-0004.SOL)


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