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