|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1998 PSA#204611th Contracting Squadron, 500 Duncan Ave, Room 250, Bolling AFB, DC
20332-0305 D -- JUDGMENTAL USE OF FORCE TRAINING SYSTEM FOR HQ AFOSI SOL
F49642-98-R0039 DUE 032398 POC Contact Patricia Reger, Contract
Specialist (202)767-7946 or Shirley A. Norton, Contracting Officer
(202)767-8095 E-MAIL: Click here to contact the Contract Specialist via
e-mail., preger@mail.bolling.af.mil. This is a combined
synopsis/solicitation for commercial items and services 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; proposals are being requested and a
written solicitation will not be issued. This solicitation number
F49642-98-R0039 is issued as a request for proposal (RFP) and will
result in an Indefinite Delivery type contract with fixed-price CLINS
for a base period from date of award through 30 Sep 98, with 2 one year
options. Award will be made on an all or none basis. Incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular (FAC) 97-03. This acquisition is being acquired on a Full and
Open Competitive Basis and is open to eligible companies pursuant to
FAR 6.102. The SIC code is 7373. The SF 1449, Schedule B and System
Locations are Attachments 1, 2 and 3 to this notice. Contractors shall
obtain all attachments cited herein via fax (202-767-7816) from the
Contract Specialist above. Requests should be made immediately;
confirmation of receipt of a legible fax is required. In order to be
considered responsive, offerors must certify in writing that their
proposal meets all requirements set forth in this solicitation,
attachments included. Description of Requirement/Statement of Work
(SOW): The contractor shall provide commercial off-the-shelf (COTS)
hardware/software, integrating, training, customer support services and
shipping worldwide to create 15 Judgmental Use of Force Training
Systems (JUFTS) (13 -- Play Only and 2 -- Edit/Play Systems) for the
Air Force Office of Special Investigations which provide the agents in
the field the ability to train in realistic scenarios using the full
spectrum of use of force -- verbal commands from less than lethal to
lethal force. The initial buy will be 1 Edit/Play System, Air Round
Firing System, 5 Play Only Systems and two-week On-Site Training with
the remainder of the base period and 2 one-year option periods for
purchase of the remaining 8 Play Only and 1 Edit/Play Systems.
Contractor must reutilize Govt-owned FATS, Inc. system controlled
weapons (2, M-9 Model # Ber 120182Z & Ber 120180Z; MP-5A Model #
62-343099, and M-16A2 Model # 049743) for use in the two edit/play
systems. Contractor must take existing 60 FATS scenario discs and
convert them to a media which will play on their system. (Govt-owned
scenario discs will be available to the Contractor within five days
after contract award). The Edit/Play System will be a stationary system
with the following minimum system requirements: PC-Pentium 300 MHZ
based open architecture, 164MB System RAM, 104-Key Windows 95 Keyboard,
1.44GB Hard-drive, 24 Speed CD-ROM, Jazz Drive, 56 Flex Modem, SVGA
Color Monitor, Digital hi-fi sound card, Digital video cards,
Hit-detection circuitry/camera, Video projector, 6x8 pull down screen,
loudspeakers and configuration cables. This system shall be upgradable
to DVD Technology in the future. System must include the current
version of Microsoft Windows operating environment, Microsoft Office
and be mouse driven at time each system is purchased. Contractor must
provide a Windows based scenario play software program by which AFOSI
can train using their own interactive multimedia scenarios. The
scenarios need to incorporate loop branching and utilize verbal
communication, OC-Spray, M-11, Shotgun, MP-5 submachine and M-16
weapons in realistic situations. Software requirements shall include
windows based scenario builder software which combines editing of
branching, threat windows, hit zones, and editing video footage (MPEG,
MEPG II, upgradable to DVD) into one interactive software program. The
containers for the Edit/Play system must be constructed to house the
entire system. The monitor should be easy to remove for setup and
placement on top of the unit for easier viewing. The container must
allow the operator access to the system's keyboard for use in the
training session. The container must have wheels and allow easy setup
and use by system operator. The Play Only System will allow field
operators to train agents on the full spectrum of use of force. This
system will not allow editing of training scenarios. The system shall
be compact to allow one person to transport it either by vehicle or
commercial passenger aircraft. The Play Only Systems must meet the
following minimum system requirements: PC-Pentium 300 MHz based open
architecture, 164 MB System RAM, 104-Key Windows 95 Keyboard, 1.44MB
3.5", 4 GB Hard-drive, 24 Speed CD-ROM, 56 Flex Modem, Jazz Drive, SVGA
Color Monitor, Digital hi-fi sound card, Digital video cards, Hit
-detection circuitry/camera, Video projector, 6X8 pull down screen,
loudspeakers and configuration cables. This system shall be upgradable
to DVD Technology in the future. The Play Only Systems must include
the current version of Microsoft Windows operating environment,
Microsoft Office and be mouse driven at the time each system is
purchased. Contractor must provide a Windows based scenario play only
software program by which AFOSI can train using their own interactive
multimedia scenarios. The scenarios need to incorporate loop branching
and utilize verbal communication, OC-Spray, M-11, Shotgun, MP-5
submachine, and M-16 weapons in realistic situations. The containers
for the Play Only System, need to be constructed to weigh no more than
a maximum weight of 50 lbs; be small and made of a rugged material to
sustain air shipment without damaging the operating system. The
containers shall have wheels and allow for easy setup and use by the
system operator. The monitor should be easy to remove for setup and
placement on top of the unit for easier viewing. The containers must
allow the operator access to the system's keyboard for use in the
training session. Contractor must provide two 9mm wireless laser
inserts and two OC-Spray M-205 canisters with wireless laser insert for
each system purchased. Contractor must provide air/primer rounds firing
system (one Sig Sauer P228 weapon, one laser insert, 500 air rounds,
and an air round reloading system) and a trace mode laser system to be
used with the Edit/Play Systems. Customer Support shall be factored
into the system price. Contractor must provide a single point of
contact for customer service with a 1-800 number, fax number and E-mail
address for CONUS locations. For overseas locations the contractor must
provide an E-mail address and Customer Service Contact number for
technical assistance. Contractor must provide the following support
functions: provide remote system trouble shooting analysis via modem;
have capability to produce an itemized invoice detailing hardware
components and their compatible replacement components; possess the
ability to ship systems to locations worldwide; provide a means to
exchange or return defective items; provide a means to replace a
defective system with a functional system within 24 hours; and, provide
on-site training on proper operation of the Edit/Play and Play Only
System when each system is delivered tothe field operators (see Atch 3
for System Locations). This training should take approximately two
days and shall be factored into the system price. Contractor must
provide training on how to produce a multimedia scenario for the JUFTS
to the Special Investigations Academy (SIA) staff. This training
should take approximately two weeks and be given at the SIA, Andrews
AFB MD upon delivery of initial Edit/Play System. Contractor must
provide at least a one year warranty (after Govt acceptance of
equipment) on all equipment items computer hardware/software, laser
inserts, system controlled weapon systems, 9mm wireless laser inserts,
OC-Spray M-205 canisters with wireless laser insert, air/primer rounds
firing system, trace mode laser system, and containers. Delivery and
Acceptance of initial requirement shall be within 45 days after
contract award. Delivery and Acceptance of subsequent systems will be
specified on individual delivery orders. FAR 52.212-1, Instructions to
Offerors-Commercial Items, and FAR 52.212-2 Evaluation -- Commercial
Items, are incorporated by reference and apply to this acquisition.
Offerors shall include a completed copy of the provision at FAR
52.212-3, Offeror Representation and Certifications -- Commercial Items
and DFAR 252.212-7000 Offeror Representations and
Certifications-Commercial Items with its offer. The FAR Clause
52.212-4, Contract Terms and Conditions -- Commercial Items is hereby
incorporated by reference. The clauses at FAR 52.212-5 Contract Terms
and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items apply to this acquisition, specifically, the
following cited clauses are applicable: 52.203-6, 52.203-10, 52.219-8,
52.219-9, 52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.225-3, 52.225-9, and 52.225-21. Additional FAR Clauses that are
applicable are 52.217-8 Option to Extend Services, 52.217-9 Option to
Extend the Term of the Contract (fill-ins (a) within 30 days; (c) 29
months), 52.223-11 Ozone Depleting Substances and 52.232-34Optional
Information for Transfer Payment, and 52.232-18 Availability of Funds.
The following DFAR provisions and clauses apply to this solicitation
and are incorporated by reference: 252.212-7001 Contract Terms and
Conditions required to Implement Statutes Applicable to Defense
Acquisitions of Commercial Items. All information technology items must
be Year 2000 Compliant, or Non-Compliant items must be upgraded at no
additional cost to be Year 2000 Compliant by no later than October 1,
1998. Year 2000 compliant means Information Technology that accurately
processes date/time (including, but not limited to, calculating,
comparing and sequencing) from, into, and between the twentieth and
twenty-first centuries, and the years 1999 and 2000 and leap year
calculations. Furthermore, Year 2000 compliant Information Technology,
when used in combination with other Information Technology, shall
accurately process date/time data if the other information technology
properly exchanges date/time data with it. Basis for Award: The Govt
will award a contract resulting from this solicitation to the
responsible offeror whose offer conforms to the solicitation and is
determined most advantageous to the Govt. The following factors will be
used to evaluate offers: past performance, technical and price. The
evaluation will consider technical equal in importance to past
performance and each higher than price. Contract award will be based
upon "Best Value" approach to permit the Govt to have tradeoffs among
cost or price and non-cost factors and to accept other than the lowest
priced proposal. Offerors shall conduct system demonstrations during
the week of 23 through 27 Mar 98 (to be scheduled by Contract
Specialist noted above after Govt-receipt of proposals) which will be
an integral part of the Govt's technical evaluation of the systems. To
determine best value, the Govt will test and technically evaluate the
proposed systems, past performance and price proposals from all
offerors. Offerors should provide the proposed technical approach to
meet all requirements of the SOW. Offerors shall provide proposals with
price breakdowns in accordance with Atch 2 of this solicitation. The
Govt will evaluate costs associated with all CLINs and the quality of
the offeror's past performance in distinct and separate evaluation from
the Contracting Officer's responsibility determination. Each offeror
will be assigned a subjective rating for Performance Confidence
Assessment. The assessment of the offeror's past performance will be
used as a means of evaluating the relative capability of the offeror to
successfully meet the requirements of the solicitation. The offeror
shall describe its past performance on all directly related or similar
contracts held within the last five (5) years which are of similar
scope, magnitude and complexity to this requirement. Offerors which
describe similar contracts shall provide a detailed explanation
demonstrating the similarity of the contracts to the requirements of
the solicitation. The Govt will consider Termination for Default,
delinquencies, failure to comply with specifications and/or SOW
requirements, cost overruns, amount of rework and any other information
which reflects the overall quality of the offeror's past performance.
The offeror shall provide the following information regarding past
performance: contract number(s), name and reference POC at the federal,
state or local Govt or commercial entity for which the contract was
performed, dollar value of the contract, detailed description of the
work performed, names of subcontractor(s) and number, type and severity
of any quality, delivery or cost problems in performing the contract,
the corrective action taken and the effectiveness of the corrective
action. The Govt reserves the right to obtain information for use in
the evaluation of past performance from any and all sources including
sources outside the Govt. Offerors lacking relevant past performance
history will receive a neutral rating for past performance. The offeror
must provide information requested above for the past performance
evaluation or affirmatively state that it possesses no relevant
directly related or similar past performance. An offeror failing to
provide the past performance or to assert that it has no relevant
directly related or similar past performance will be considered
ineligible for award. The Govt reserves the right to award the contract
without initiating discussions. Responses to this solicitation are due
by 3:30 P.M. EST on 23 Mar 98. The proposal shall be signed by an
official authorized to bind the company. Offerors shall submit four (4)
copies of Volume I -- SF 1449 (Attach 1), Price Proposal-Schedule B
(Attach 2), Representations and Certifications (FAR 52.212-3) and DFARS
252.212.7000; and Volume II -- Technical Proposal and Past Performance
Data bound separately to be sent to the Contract Specialist above.
(0062) Loren Data Corp. http://www.ld.com (SYN# 0019 19980306\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|