|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 11,1998 PSA#2049Defense Information Systems Agency, DITCO-NCR, 701 South Court House
Road, Arlington, VA 22204-2199 D -- INFORMATION TECHNOLOGY SOFTWARE SUPPORT SOL DCA100-98-Q-0039 DUE
031998 POC Danny W. Lester, Contract specialist, 703/607-6918, Major
Brenda Y. Thomas, USAF, Contracting Officer, 703/607-6905. FAX
703/607-4340 This 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 noticed. THIS
ANNOUNCEMENT CONSTITUTES THE ONLY SOLICIATION, A WRITTEN SOLICITATION
WILL NOT BE ISSUED. The Defense Information Systems Agency intends to
negotiate a sole source contract with the New Mexico State University,
Las Cruces, New Mexico. DISA intends to make an operational module /
object to evaluate the extent of an Information Warfare (IW) attack is
detectable as part of an IW simulation for the Office of the Deputy
Director for C4I Modeling, Simulation and Assessment (D8), Defense
Information Systems Agency (DISA). This acquisition is for Operational
realization of a q-Analysis Based, Computer Model of IW (Information
Warfare). The Contractor shall perform the following tasks: Present a
detailed plan of study. Build a computer program with a user friendly
interface in order to operationalize the existing laboratory version of
the IW model based on homotopy theory. This must include a
characterization of the homotopy and print out of invariants. Place of
performance will be the Contractor's site. The following are the
deliverables with due dates: Detailed study plan, 21 days. Computer
program based on homotopy theory treatment of IW, 120 days. Report on
higher order groups 180 days. Travel requirements: one-round-trip to
Washington DC for two individuals. Travel shall be in accordance with
FAR 31.205, the Contractor must obtain Government approval before
incurring travel costs. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-03 The Standard Classification is 3577 and the Size
Standard is 1,000 employees. Delivery will be to Defense Information
Systems Agency, D81, 701 South Courthouse Road, Arlington, VA
22204-2199. Prices will be FOB Destination. The Contractor's standard
commercial warranty is applicable. The period of performance is
expected to be 180 days. Prices will be FOB destination. YEAR 2000
COMPLIANCE INFORMATION TECHNOLOGY (NOV 1997) The information technology
to be acquired under this contract must provide continuity of
operations from the service date through the twenty-first century,
without failure or interruption. Accordingly, companies desiring to be
considered for this contract shall confirm that all telecommunication
services, equipment, and systems and/or computer hardware, firmware,
and software to be utilized in or provided under this contract,
including those portions to be provided by any subcontractor, are Year
2000 compliant. In the event a company's information technology is not
currently Year 2000 compliant, the company is requested to identify the
date that Year 2000 compliance will be achieved. Any company unable or
unwilling to confirm that its information technology is year 2000
compliant may not be considered for this contract. Year 2000 compliant,
as used in this part, means, with respect to information technology,
that the information technology accurately processes date/time data
(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, to the extent that
other information technology, used in combination with the information
technology being acquired, properly exchanges date/time data with it.
The contractors proposal shall indicate one of the following: [ ]Year
2000 compliant. All information technology to be provided under this
contract is confirmed to be Year 2000 compliant. [ ]Not currently Year
2000 compliant. However, Year 2000 compliance will be achieved on __
__ __ __ __ __. All information technology provided under this contract
shall be confirmed to be Year 2000 compliant not later than the date
shown above. [ ]Not Year 2000 compliant. Information technology to be
providedunder this contract cannot be confirmed to be Year 2000
compliant. The following FAR Part 12 clauses apply: 1) FAR 52.212-1,
Instructions to Offerors-Commercial Items (no additional instructions
other than noted above), 2) 52.212-4, Contract Terms and Conditions; 3)
FAR 52.212-5 Contract Terms and Conditions Required to Implement
Statutes of Executive Orders-Commercial Items, additional terms:
52.222-26, 52.222-35, 52.222-36, 52.222-37; 4) DFAR 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes of
Executive Orders-Commercial Items, additional terms: 252.225-7001,
252-227-7015, 252.233-7000; 5) A completed copy of FAR 52.212-3 and
DFAR 252.212-700, Offeror Representations and Certifications-Commercial
Items must be submitted with offer. Payment will be made to Defense
Finance and Accounting Service, Pensacola, FL. Interested persons may
identify their interest and capability to respond to the requirement or
submit proposals within 15 days following publication of this notice to
the following address not later than 3 P.M. Danny W. Lester, Contract
Specialist, (703) 607-6918; Major Brenda Y. Thomas, Contracting
Officer, (703) 607-6905. This notice of intent is not a request for
competitive proposals. This requirement is being issued by authority of
10 U.S.C. 2304 (C)(1). SEE Note 22. (0068) Loren Data Corp. http://www.ld.com (SYN# 0024 19980311\D-0003.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|