Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 2,1998 PSA#2042

SPAWARSYSCEN, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113

36 -- HEAD MOUNTED DISPLAY USED WITH WORKSTATIONS SOL N66001-98-R-5030 POC Contract Specialist, Ms. Vincette D. Versaggi, Code D211, (619)553-4519. Contracting Officer, Ms. Melissa Cleland, (619)553-4540. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation number is: N66001-98-Q-5030. The solicitation is being issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-3 and Defense Acquisition Circular 91-12. This procurement is unrestricted. The associated SIC code is 3663 (750 employees). Contract Line Item 0001: Seven (7) ea helmet mounted displays. Statement of Work: Must meet or exceed the following specifications: 1) Must be fully compatible with Silicon Graphics workstations; 2) Two (2) full color, active matrix, high speed LCD displays with (640 x 3) x 480 color pixels; 3) A display resolution per eye of at most six (6) arcmin/color group [a lower value is better]; 4) At least a 50 degree (V) x 100 degree (H) field of view with no less than 25% overlap; 5) A non pupil forming exit pupil; 6) Independent left/right adjustments for interpuppilary distance (IPD); 7) The ability to accommodate Polhemus, Ascension, or Intersense motion trackers; 8) The ability to accommodate numerous video sync options. These sync options must include composite sync on video [red, blue, green], digital sync [separate H and V], and digital snyc [composite H and V]; 9) Two (2) VGA video loops for display monitors; 10) Weight not to exceed 3 pounds; 11) The ability to provide complete visual isolation for full immersion applications; 12) Headphones should be included [built in preferred, but not required]; 13) a staggered delivery schedule is acceptable as long as all seven (7) units are delivered 130 days from award of contract. No Government Furnished Equipment. No travel requirements. Unclassified. Place of Performance is 100% contractor's facility. Preparation for Delivery. Marking: Contract number, helmet mounted displays part number, shall be marked on the shipping containers with removable adhesive labels. Deliverables shall be submitted for acceptance FOB Destination to Mr. Brandon Lenz, Code D44206, SSC SD, 53560 Hull Street, San Diego CA 92152. Desired staggered delivery schedule 1st unit -- 30 days after award of contract (DAC); 2nd unit -- 45 DAC; 3rd unit -- 60 DAC; 4th unit -- 75 DAC; 5th unit -- 100 DAC; 6th unit -- 107 DAC; 7th unit -- 114 DAC. The required staggered delivery schedule, no later than, 1st unit -- 45 DAC; 2nd unit -- 60 DAC; 3rd unit -- 75 DAC; 4th unit -- 100 DAC; 5th unit -- 110 DAC; 6th unit -- 120; 7th unit -- 130 DAC. Contractors may quote an alternative staggered delivery date but can not exceed the 130 DAC for the final unit. The FAR provision at 52.212-1 "Instruction to Offerors -- Commercial Items" (Jun 1997) applies to this acquisition. Award will be made to that source whose quote is the most advantageous to the Government based on price, past performance, technical capability of the item to meet the requirement and delivery date. Quoters shall provide evidence demonstrating they have successful experience in fabricating the required helmet detailed herein. The Government requires the right to inspect manufacturing facilities before award to ensure that the contractor has the ability to meet the specification. Quoters shall include a completed copy of the FAR provision at 52.212-3 (Jan 97) and the DFARS provision at DFARS 252.212-7000 (Nov 1995) (both are Offeror's Representations and Certifications -- Commercial Items) with its quote. DFARS provisions 252.227-7017 "Identification and Assertion of Use, Release or Disclosure Restrictions" (Jun 1995) and 252.227-7028 "Technical Data or Computer Software Previously Delivered to the Government" (Jun 1995) are incorporated by reference in this solicitation. The FAR clause at 52.212-4 "Contract Terms and Conditions -- Commercial Items" (May 1997) and at 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items" (Aug 1996) and the DFARS clause at 252.212-7001 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items" (Nov 1995) apply to this acquisition. The following FAR and DFARS clauses also apply to this acquisition: 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" (Jan 1997); 52.219-8 "Utilization of Small Business Concerns and Small Disadvantaged Business Concerns" (Jun 1997); 52.222-26 "Equal Opportunity" (Apr 1984); 52.222-35 "Affirmative Action for Special Disabled and Vietnam Era Veterans" (Aug 1984); 52.222-36 "Affirmative Action for Handicapped Workers" (Apr 1984); 52.222-37 "Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era" (Jan 1988); 52.222-41 "Service Contract Act of 1965, As amended" (May 1989); 252.225-7001 "Buy American Act and Balance of Payment Program" ((Jan 1994); 252.227-7015 "Technical Data -- Commercial Items" (N0v 1995); 252.227-7025 "Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends" (Jun 1995); 252,227-7027 "Deferred Ordering of Technical Data or Computer Software" (Apr 1988); 252.227-7037 "Validation of Restrictive Markings on Technical Data" (Nov 1995); and 252.247-7024 "Notification of Transportation of Supplies by Sea" (Nov 1995). Quotes are due by 3:00 p.m. Pacific Time on 18 March 1998 at Building TS A33, Room 0061, 53570 Silvergate Ave., San Diego CA 92152-5113. For information regarding this solicitation contact Vincette Versaggi on (619) 553-4519. (0057)

Loren Data Corp. http://www.ld.com (SYN# 0230 19980302\36-0002.SOL)


36 - Special Industry Machinery Index Page