Loren Data Corp.

'

 
 

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

NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

70 -- DISCRETE-EVENT NETWORK SIMULATION PACKAGE SOL RFQ2-36988-LAS DUE 050198 POC Lela A. Stawicki, Contract Specialist, Phone (650)604-3005, Fax (650)604-4646, Email lstawicki@mail.arc.nasa.gov -- Lupe M. Velasquez, Contracting Officer, Phone (650) 604-4522, Fax (650) 604-4646, Email lvelasquez@mail.arc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/ARC/date.html#RFQ2-36988-LAS. E-MAIL: Lela A. Stawicki, lstawicki@mail.arc.nasa.gov. This notice 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; quotes are being requested and a written solicitation will not be issued.This procurement is being conducted under the Simplified Acquisition Procedures (SAP).NASA Ames Research Center has a requirement for a discrete-event network simulation package to support research activities in network modeling, and in accordance with 10 U.S.C. 2304 (c)(1), intends to negotiate on a sole-source basis with Mil 3, Inc., Washington, D.C. for one (1)ea. OP-MD-01 OPNET Modeler Perpetual RTU License, one (1)ea. OP-MD-M-01 OPNET Modeler Maintenance and Support Agreement (12 mo.), one (1)ea. set printed OPNET Modeler documentation. The critical requirements are as follows: ability to model basic traffic sources, protocol functions, queues, timers, and execution control; ability to model basic network types, e.g., ethernet, FDDI, ATM, point-to-point; ability to access tool across the network; must run on UNIX platform, Solaris 2.x; ability to access source code as part of the tool, enabling a user to develop his own source code and utilize function calls that are part of the tool; documented application programming interface (API), providing access to programmatical development of models; ability to incorporate compiled external source code libraries in models; ability to specify protocols using a finite state machine paradigm; ability to run simulation interactively. The provisions and clauses in the RFQ are those in effect through FAC 97-04. The SIC code and the small business size standard for this procurement are 7372 and $18.0 M, 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 Ames Research Center is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A7.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://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-3, Convict Labor (E.O. 11755); 52.233-3, Protest after Award (31 U.S.C 3553);52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212);52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10). Questions regarding this acquisition must be submitted in writing no later than April 29, 1998. Quotations are due by 4:00 P.M., May 1, 1998 to the address specified above. 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. 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. (0111)

Loren Data Corp. http://www.ld.com (SYN# 0273 19980423\70-0005.SOL)


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