Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1997 PSA#1982

Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway 361, Crane, IN 47522-5001

T -- NVEO TRAINING CD ROM SOL N00164-98-Q-0044 DUE 120997 POC Jerry Parsons, Code 1165Z4, 812-854-5898, e-mail parsons_j@crane.navy.mil, by facsimile 812-854-3465/Mary Sheetz, Code 1165ZA, Contracting Officer E-MAIL: Click here to reach POC, jlp301@smtp.crane.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The request for quotation number is N00164-98-Q-0044. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11. The Standard Industrial Classification Code for this procurement is 7891. This is a sole source procurement to RTL Group Inc, 501 N. Morton Street, suite 213, Bloomington, In 47404, in accordance with FAR 6.302-1(a). RTL unique experience with Reality Based Animation and Night Vision Devices along with previous information gained making the Interactive training video for other NVEO devices, makes RTL the only cost effective choice for this procurement. The requirements are as follows: Line 0001 Expansion of existing demo CD-ROM and to gather footage for mission planning which include, but not limited to, environmental and tactical section. The environmental factors will be a split screen with thermal, I2, and laser ( as an enhancement ) viewing, along with a dialog box to represent what is being viewed. The tactics section will include, but not limited to shooting through glass, hot tires, black lighting, etc. Environmental conditions shall include, but not limited to, full moon, 1/4 moon, no moon, rain, fog, snow, sand, dust, smoke, T, etc. Scenarios shall include, but not limited to, salt spray, under water, insertion, beach assault, dessert, team movement, underground, oil Riggs, etc. All material gathered during development will be delivered including the raw footage, digital files. Laser environments include presence of lasers within the view of I2 and thermal devices. Training shall provide laser safety precautions (warnings, caution, laser parameters, etc.). Various category IV sensitive material and laser class 3b and 4 will be provided as Government Furnished Property. Line 0002 travel to remote locations. This will be as a not to exceed and will be determined as required. The required delivery date is, 27 February 1998. The award will be a not to exceed contract and line 0001 shall be quoted time and material.Award will be utilizing Simplified Acquisition Procedures. Shipping terms will be FOB destination. FAR Clauses/Provisions 52.203-3 Gratuities, 52.212-1 Instructions to Offerors -- Commercial Items,52.212-3, Offeror Representations and Certifications -- Commercial items. 52.212-4 Contract Terms and Conditions -- Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (incorporating FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act-Supplies, 52.225-21 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program, 52-222-42, Statement of Equivalent Rates for Federal Hires -- Commercial) Items apply to this acquisition. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors -- Commercial items and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial items. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS Number) and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/ amendments and considered for future discussions and/or award. The written quotes and the above required information must be received at this office on or before 9 December, 1997 at 10:00 AM central time. Proposals may be sent to: Contracting Officer, Bldg. 64 (ATTN: Jerry Parsons, Code 1165Z4) NAVSURFWARCENDIV, 300 Hwy 361, Crane, IN 47522-5011. Facsimile quotes are acceptable (812-854-3465). All responsible sources may submit an offer which will be considered by the agency.Numbered note 1 applies. (0330)

Loren Data Corp. http://www.ld.com (SYN# 0086 19971201\T-0005.SOL)


T - Photographic, Mapping, Printing and Publication Services Index Page