Loren Data Corp.

'

 
 

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

Naval Air Warfare Center TSD, Code 27, 12350 Research Parkway, Orlando, FL 32826-3275

70 -- INSTRUCTIONAL DELIVERY SYSTEM SOL N61339-98-Q-397 DUE 051198 POC JEANNE MORRISON, Contracting Officer 407/380-4052 This 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 competitive solicitation is issued as a result of responses received to Synopsis No. 179757 and constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number N61339-98-Q-0397 is re-issued as a competitive request for quotation (RFQ). All references to "offers" are understood to be "quotations". The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-3. The system requirements of this instructional delivery system are as follows: a.. Response Pad/Keypad Keypad: Receiver unit is dual conversion superset for sensitivity, stability and selectivity. Transmitter is a single transistor using FM modulation. Keypad membrane: Flexible faceplate has twelve keys: a "CLEAR" key, a "user defined" key, and ten functional keys numbered 1-10. Additional response options, "YES" and "NO," are on keys 1 and 2, and letters A-E are on keys 1-5. Circuitry: Entirely solid state using a CMOS micro-controller, silicon transistors, and FETs. Communication between keypads and interface unit is crystal referenced. Power Supply: Keypads are powered by a standard 9-volt alkaline battery. Power supply is internally regulated to ensure predictable operation. Battery should provide enough power for at least 10,000 questions or two years, whichever comes first. Enclosure: Keypads are constructed of ABS plastic and measure 1-3/8" high x 3" wide x 6-11/16" long. b.. Receiver Unit/Integrating the keypads into the software Capacity: Each receiver supports up to 250 keypads. Eight channels are available for a combined capacity of 2,000 keypads. Classrooms on the same channel need to be about 200 feet apart to avoid interference. Compatibility: Includes a microprocessor-controlled RS-232C serial interface which makesthe system compatible with all PCs. Performance: Keypads are interrogated in sequence. Up to 250 keypad responses can be processed in 3 seconds. Range: System provides reliable operation in an area large enough to reach an audience of 250. c.. Software Submitting and receiving input from each participant: The polling software is required to work under Microsoft operating system Windows 95 and Windows NT. The software display is required to be able to switch between from the primary monitor to the secondary monitor at the instructor server. The software integrates the hardware into the system and allows the following functions: Question entry into a database and delivery of those questions to students with immediate feedback via the student response pads. Also will need to incorporate tracking of each individual student with a keypad. Question entry into a Jeopardy-like game and delivery of those questions to students with immediate feedback via the student response pads. Also will need to incorporate tracking of each individual student with a keypad. Question entry into a database where the delivery is integrated into a separate program (PowerPoint, Word, etc.) and delivery of those questions to students with immediate feedback via the student response pads. Also will need to incorporate tracking of each individual student with a keypad. Any questions in database need to be able to be integrated into a stand-alone paper test/asynchronous computerized test. These tests are created dynamically by the instructor using a wizard to select questions resident in the database. The entire system facilitates instructors getting immediate feedback from every student using the software to integrate keypad usage. Delivery is to be made FOB Destination to: 48 response pads, 2 receivers and 2 copies of the polling software to Fleet ASW Training Center, San Diego, CA 92136; 308 response pads, 11 receivers and 11 copies of the polling software to NAWCTSD, Great Lakes, IL 60088; 100 response pads, 4 receivers and 4 copies of the polling software to Naval Technical Training Center, Meridian, MS 39309; 26 response pads, 1 receiver and 1 copy of the polling software to Naval Construction Training Center, Port Hueneme, CA 93043 by May 27 1998. Acceptance shall be made at destination. FAR 52.212-1, "Instructions to Offerors-Commercial Items" is incorporated by reference and applies to this acquisition. FAR 52.212-2. "Evaluation -Commercial Items" applies. (a)The Government will award a purchase order resulting from this RFQ to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate quotations in descending order of importance : (1) technical capability of the item/service offered to meet the Government requirements and (2) price. Technical capability will be evaluated by how well the proposed products meet the Governments requirements. The technical evaluation will include examination of product literature, polling software, and warranty provisions (hardware samples not required). Bidders are requested to provide the information and samples with their quotation. Samples will be returned if requested, approximately 45 days after contract award. Offerors shall include a completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications -- Commercial Items" with its quotation. In addition, offerors shall include a completed copy of the provision at DFARS 252.212-7000, "Offeror Representations and Certifications -- Commercial Items"; FAR 52.204-6, Contractor Identification Number-Data Universal Numbering System (Duns) number applies. Year 2000 Warranty -- Commercial Supply Products Warranty (Aug 97) The contractor warrants that each hardware, software, and firmware product delivered under this contract shall be able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or warranties contained in this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the Government under this warranty shall include repair or replacement of any listed product whose non-compliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. FAR 52.212-4, "Contract Terms and Conditions -- Commercial Items" is incorporated by reference and applies to this acquisition and resulting purchase order. The following terms and conditions are added as an addendum to this clause. The resulting purchase order will be a firm-fixed-price purchase order. FAR 52.212-5, "Contract Terms and Conditions Required To Implement Statues or Executive Orders -- Commercial Items" applies to this acquisition along with the following additional FAR clauses, cited in clause 52.212-5: 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;;52.225-18, European Union Sanction for End Products; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-14, Limitation on Subcontracting ); 52.239-1, Privacy or Security Safeguards. DFARS 252.212-7001, "Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items" applies to this acquisition along with the following additional DFARS clauses, cited in clause 252.212-7001: 252.205-7000 Provision for Information to Cooperative Agreement Holders; 252.206-7000 Domestic Source Restriction;;252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7007; Trade Agreements; 252.225-7012 Preference of Certain Domestic Commodities; 252.225-7036 North American Free Trade Agreement Implementation; 252.227-7015 Technical Data-Commercial Items. Quotations are due on 11 May 1998; at 1700 Naval Air Warfare Center, Training Systems Division, Code 27223, 12350 Research Parkway, Orlando, FL 32826-3275-Phone: 407/380-4052; FAX 407/380-8318. The point of contact for any information regarding this acquisition is Jeanne Morrison, Contracting Officer at the above-listed address. (0111)

Loren Data Corp. http://www.ld.com (SYN# 0276 19980423\70-0008.SOL)


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