Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 30,1998 PSA#2062

NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135

D -- MODIFICATION OF EXISTING ISACS+ SOFTWARE CODE SOL 3-096242 DUE 041398 POC Heidi D. Shaw, Contract Specialist, Phone (216) 433-5346, Fax (216) 433-2480, Email Heidi.D.Shaw@lerc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LeRC/date.html#3-096242. E-MAIL: Heidi D. Shaw, Heidi.D.Shaw@lerc.nasa.gov. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and as per FAR 13.6 Test Program for Certain Commercial Items, 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. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Description: 1. Modification of existing ISACS+ life cycle cost code, (Build 2) -- to include enhancements to the graphical user interface, reporting capability, databases, test cases and download algorithms required to support the functional enhancements to the simulator, as per statement of work. Quantity, 1 job. Completion requirement: Build 2 to be completed 5 months after award. Delivery requirement: Build 2 ISACS+ software and requirements for Build 3. Build 3 requirements to be reviewed and approved by NASA LeRC within 6 weeks of receipt. OPTIONS: 2. (Build 3) -- to include incorporation of a life cycle cost analysis feature as a system that interfaces with ISACS+, as per statement of work. Completion requirement: Build 3 to be completed 13 months after exercise of option. Delivery requirement: Build 3 ISACS+ software and requirements for Build 4. Build 4 requirements to be reviewed and approved by NASA LeRC within 6 weeks of receipt. (Build 4) -- to include the addition of an archival system for ISACS+ baselines and reports, as per statement of work.. Completion requirement: Build 4 to be completed 13 months after exercise of option. Delivery requirement: Build 4 ISACS+ software and requirements for Build 5. Build 5 requirements to be reviewed and approved by NASA LeRC within 6 weeks of receipt. Quantity: 1 job (for both builds 3 and 4) 3. (Build 5) -- to include the addition of on-line HELP, plus the creation of an ISACS+ users manual, as per statement of work. Quantity, 1 job. Completion requirement: Build 5 ISACS+ software and ISACS+ user manual to be completed 13 months after exercise of option. NOTE: Options may be exercised and completed concurrently. To access STATEMENT OF WORK please select "Statement of Work" from the solicitation page. The provisions and clauses in the RFQ are those in effect through FAC 97-03. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 7379 and $18.0 Million in annual average gross revenue, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Lewis is required within 5 months ARO.(See above) Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact, by the date/time specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://nais.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: FAR 52.217-9 Option to Extend the Term of the Contract insert in (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 29 months. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.203-6 Restriction on Subcontractor Sales to the Government with Alternate I, 52.203-10 Price or Fee Adjustment for Illegal or improper Activity, 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.222-26 Equal Opportunity, 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, 52.225-9 Buy American Act-Trade Agreements Act-Balance of payments Program, 52.225-21 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program, 52.239-1 privacy or Security Safeguards. Quotations are due by 4:30PM EST, on Monday, April 13, 1998 to the address specifiedabove. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. FAR 52.217-5 Evaluation of Options (JUL 1990) is applicable. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0085)

Loren Data Corp. http://www.ld.com (SYN# 0035 19980330\D-0008.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page