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