Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1998 PSA#2046

11th 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