Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,1998 PSA#2058

Crane Division, Code 116, Naval Surface Warfare Center, 300 Highway 361, Crane, IN 47522-5001

70 -- GENERAL PURPOSE AUTOMATIC DATA PROCESSING EQUIPMENT, SOFTWARE, SUPPLIES AND SUPPORT EQUIPMENT SOL N00164-98-Q-0119 DUE 040398 POC Ms Patty Cox, Code 1163W6, telephone 812-854-3229, Kelly Siffin, Contracting Officer WEB: click here to download synopsis and statement of work, http://www.crane.navy.mil. E-MAIL: click here to contact point of contact, cox_p@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. Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation number N00164-98-Q-0119 applies and is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03 and Defense Acquisition Circular 91-12. The standard industrial code is 3572 and the business size standard is 1000 employees or less. This requirement is for a firm fixed price contract for as follows. Line item 0001: Description: Upgrade and convert the Automated Storage and Retrieval System (ASRS) and Mini Load Control System (MLCS) Operating System, QNX 2.21 to QNX 4.24, or latest revision. Implement industry standard TCP/IP protocol suite and utilities. Provide and Install a client/server SQL database server to search, view, update and create reports and queries interactively. All performance shall be in accordance with Statement of Work, which is available for downloading on Crane's Homepage address, http://www.crane.navy.mil. Delivery shall be: in accordance with Milestones provided in Statement of Work, with final "System Live Date" scheduled for 7 DEC 1998. F.O.B. Destination with inspection and acceptance at NAVSURFWARCENDIV CRANE. The Government intends to award to the responsible offeror whose quotation conforming to the solicitation is the Best Value to the government, price and other factors considered. Evaluation factors of offers will be technical, past performance, and price. Technical and past performance are considered equal, and when taken together are significantly more important than price. The following facts shall be used to evaluate offers: The Contractor shall provide past performance for same/similar products, timeliness of performance, and customer satisfaction. Contractor must posses an in depth knowledge of the initial software design of the existing Automated Storage & Retrieval System (ASRS), must have served as the primary technical lead, developer and installer on an ASRS, must have competent knowledge of or have been the primary technical support person on the existing ASRS system and have provided enhancements to the existing system, and must have a minimum of seven years of design, development and consulting using QNX operating system in material handling field; or equivalent Educational Experience and Certification. All responsible sources may submit an offer which will be considered by the Agency. A fixed price purchase order will be awarded based on Simplified Acquisition Procedures (SAP). In SAP, this procurement is reserved for Small Business concerns. Award will be made based on all or none. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-4 Contract Terms & Conditions -- Commercial Items; 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.222-3 Convict Labor; 52.233-3 Protest After Award; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52.219-8 Utilization of Small Business Concerns and Small disadvantaged Business Concerns; 52.219-14 Limitations on Subcontracting; 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; 52.225-9 Buy American Act -- Trade Agreements Act -- Balance of Payments Program; 52.225-18 European Union Sanctions for End Products; 52.225-19 European Union Sanctions for Services; 52.225-21 Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program. The contractor shall extend to theGovernment the full coverage of commercial sale, provided such warranty is available at no additional cost to the Government. 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 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. Quotations and the above required information must be received this office on or before 03 April 1998 at 12:00 PM (Noon) Eastern Standard Time. POC is Patty Cox, Code 1163W6, Naval Surface Warfare Center, 300 Highway 361, Crane, IN 47522-5001 or email cox_p@crane.navy.mil. (0079)

Loren Data Corp. http://www.ld.com (SYN# 0244 19980324\70-0001.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page