|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 23,1998 PSA#2080NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center,
FL 32899 70 -- CONTROLSHELL/STETHOSCOPE LICENSES SOL 10-98-0038 DUE 042498 POC
Jacklyn L. Norman, Contract Specialist, Phone (407)867-7056, Fax
(407)867-1029, Email jacklyn.norman-1@ksc.nasa.gov WEB: Click here for
the latest information about this notice,
http://nais.nasa.gov/EPS/KSC/date.html#10-98-0038. E-MAIL: Jacklyn L.
Norman, jacklyn.norman-1@ksc.nasa.gov. This notice is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6 and Subpart 13.5, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; offers are being requested and a
written solicitation will not be issued. This is a sole source
procurement and NASA/KSC intends to make a purchase from Real-Time
Innovations, Inc. Real-Time Innovations, Inc., is the only known source
that can meet the minimum requirements of the Government for this
procurement. This notice is being issued as a Request for Offers (RFO)
for the following: ITEM NO. 1 -- ControlShell/StethoScope Bundle, with
1-year Maintenance. P/N CSB-25C. Quantity: 1 LOT. -- to include the
following: (1) 25 host licenses of ControlShell, (2) 25 host licenses
of StethoScope, (3) 25 StethoScope target licenses, (4) 125
ControlShell target licenses, and (5) 1 year of maintenance, to include
technical support, software updates, and manual updates. ITEM NO. 2 --
ControlShell Read-Only License, with 1-year Maintenance. P/N CS-RONLY.
Quantity: 50 EA. -- to include the following: (1) Ability to view FSM
and DFE diagrams; (2) LiveLink capability to monitor the FSM execution
sequence, record it, and play it back; (3) Access to all components
through the "tree view" and "repository viewer"; (4) Access to
documentation on each component by clicking on it; (5) Drill down
capability so users can understand the structure of the application;
(6) The ability to perform stop/step/go-to function; and (7) 1 year of
maintenance, to include technical support, software updates, and
manual updates. ITEM NO. 3 -- Credit to Government for Trade-in of
ControlShell Target Licenses toward the cost of Item No. 2. P/N
TRADE-IN. Quantity: 250 EA (5 for EA of Item No. 2). DELIVERY -- Items
No. 1 and 2 are required to be delivered FOB Destination to NASA,
Kennedy Space Center, Florida; for Item No. 1 within 10 days after
award and for Item No.2 within 30 days after award. PERIOD OF
PERFORMANCE -- Period of performance for the maintenance in Item No. 1
to be for a period of one (1) year from receipt of product. This
procurement is being conducted under the NASA MidRange Program approved
by the Office of Federal Procurement Policy. The FAR provisions and
clauses in the RFO are those in effect through the FAC 97-04. The DPAS
rating for this procurement is DO C-9. If the end product(s) offered
is other than domestic end product(s) as defined in the clause entitled
"Buy American Act -- Supplies," the Offeror shall so state and shall
list the country of origin. The SIC code and the small business size
standard for this procurement are 7372 and $18 Million, respectively.
The Offeror shall state in its offer the size status for this
procurement. All responsible business sources may submit an offer which
shall be considered by the agency. Selection and award will be made on
an aggregate basis to the lowest priced, technically acceptable
Offeror. Technical acceptability will be determined by information
submitted by the Offeror providing a description in sufficient detail
to show that the product offered meets the Government's requirement.
Questions regarding this acquisition must be submitted in writing to
Jacklyn L. Norman by fax to 407/867-1029 or Internet e-mail to
jacklyn.norman-1@ksc.nasa.gov. Offers (including FAR 52.212-3 Offeror
Representations and Certifications -- Commercial Items) are due by
close of business on April 24, 1998, to the address and identified
point of contact as specified above. The Offeror shall complete FAR
52.212-3, Offeror Representations and Certifications -- Commercial
Items, (which may be obtained via the Internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/) and submit it as
part of the offer. Offerors shall provide the information as required
by FAR 52.212-1; FAR 52.212-4; and FAR 52.212-5. The following
identified clauses in FAR 52.212-5(b) are incorporated by reference:
52.203-6, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36,
52.222-37, and 52.225-3. NFS 1852.227-86 Commercial Software --
Licensing (December 1987) is applicable. All FAR Clauses may be
obtained via the Internet at http://procurement.nasa.gov/FAR/. Offerors
may be required to describe, in a letter or report, how their products
demonstrate Year 2000 compliance. Offers for the items(s) described
above may be mailed or faxed to the identified point of contact; should
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 should be signed by an authorized
company representative. To submit an offer, Offerors are encouraged to
use the Standard Form 1449, Solicitation/Contract/Order for Commercial
Items, found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html. It is the
Offeror's responsibility to monitor this site for the release of
amendments (if any). Potential Offerors will be responsible for
downloading their own copy of this combination synopsis/solicitation
and amendments (if any). Hard copies may be obtained from the
identified point of contact; however, the closing date is as stated in
this combination synopsis/solicitation, inclusive of any amendments.
Facsimile Offers are authorized; however, the Government shall not
assume responsibility for proper transmission. FACSIMILE OFFERS SHALL
BE FOLLOWED BY THE ORIGINALS IN THE MAIL. See Numbered Note B. Any
referenced numbered notes can be viewed via Internet at
http://genesis.gsfc.nasa.gov/nnotes.htm. (0111) Loren Data Corp. http://www.ld.com (SYN# 0272 19980423\70-0004.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|