Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1998 PSA#2099

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

U -- CONTROLSHELL SOFTWARE ENGINEERING SERVICES AND REPORT SOL 10-98-0042 DUE 052098 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#10-98-0042. E-MAIL: Jacklyn L. Norman, jacklyn.norman-1@ksc.nasa.gov. This notice is a combined synopsis/solicitation for commercial services and items prepared in accordance with the format in Subpart 12.6, 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. This notice is being issued as a Request for Offer (RFO) for the following: ITEM NO. 1 -- The Contractor shall provide Software Engineering Services at NASA, Kennedy Space Center, Florida, to assist in the usage of ControlShell as a development tool for the Checkout and Launch Control System (CLCS). The Contractor shall provide a report to the CLCS project. Price to include Software Engineering Services for two hundred (200) hours during a five (5) month period, along with all expenses. Quantity: 1 lot. This will be a Firm Fixed Price -- Not-To-Exceed procurement. FAR 52.213-3 is applicable. DELIVERY -- Delivery shall be FOB Destination. PLACE OF PERFORMANCE: NASA, Kennedy Space Center, Florida. PERIOD OF PERFORMANCE -- July 13, 1998, through December 11, 1998. DELIVERY DATE of the Report shall be December 23, 1998. The Defense Priorities and Allocations System Rating for this procurement is C-9. This procurement is being conducted under the NASA Midrange Pilot Test Program offered by the Office of Federal Procurement Policy. The FAR provisions and clauses in this RFO are those in effect through FAC 97-04. If the end product 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 size standard for this procurement are 7379 and $18 million, respectively. The Offeror shall state in their offer their size status for this procurement. All qualified responsible 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 meets the Government s requirements. 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 May 20, 1998, to the identified office. Offerors must include completed copies of the provision FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items with their offer. These may be obtained via Internet at this Internet address: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/. These representations and certifications will be incorporated by reference in any resultant contract. Offerors shall provide the information required by FAR 52.212-1. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, and 52.225-18. FAR 52.213-3 is applicable. All FAR and NFS Clauses and Provisions may be obtained via Internet at http://procurement.nasa.gov/FAR/ . Offers for the items(s) described above may be mailed or faxed by the date/time specified above and to the identified point of contact. Offers shall 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 to be signed by an authorized company representative. It is the Offeror's responsibility to monitor this site for the release of amendments (if any). PotentialOfferors 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 NASA numbered note B. Any NASA referenced numbered note can be viewed via Internet at: http://genesis.gsfc.nasa.gov/nasanote.html . Any CBD referenced numbered note can be viewed via Internet at: http://cbdnet.access.gpo.gov/num-note.html . (0135)

Loren Data Corp. http://www.ld.com (SYN# 0096 19980520\U-0001.SOL)


U - Education and Training Services Index Page