Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 23,1998 PSA#2080

NASA/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