Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#2102

50 CONS/LGCW, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649

76 -- SOFTWARE DEVELOPMENT PLAN SOL FA2550 98 Q0588 DUE 052993 POC TSgt Keeling, 719 567 3825, fax: 719 567 3809 E-MAIL: TSgt Debra Keeling, keelinda@fafb.af.mil. (i) This is a combined synopsis/solicitation for commercial 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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is FA2550 98 Q0588and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04 and Defense Acquisition Circular 91-13. (iv) This acquisition is unrestricted. The Standard Industrial Code is 7379 with $18M. (v) CLIN 0001 is a software development plan for a crew training emulator (CTE) to include the following: Product Sustainment Plan, Engineering Analysis Process, Design Process, Development Process, Test Process, Estimation/Schedule Process, Problem Resolution Process, Inspection/Peer Review Process, and User Manual Maintenance Process. Thedocumentation set is to be delivered on CD-ROM in Microsoft Word 95 or compatible format. $__ __ ___. (vi) It is strongly recommended that both the CTE Source Code and the Satellite Operations Training Systems Systems/Subsystem Specification are reviewed before providing your quote to this office. You can view both of these on the Falcon AFB Web Page at "www.fafb.af.mil/50cons/support.htm". (vii) This item will be delivered complete with all terms FOB destination to Falcon AFB, Colorado Springs, CO. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The clause at 52.212-2, Evaluation-Commercial Items, applies, with the following evaluation factors: see (xvi) below: First, technical -- Submit evidence showing the offeror is qualified to develop and provide this plan. Second, past performance -- In the best value acquisition, the Government reserves the right to award to a higher priced offeror if a lower priced offeror, in the contracting officer's opinion, represents a performance risk based on past performance and using any information available to the contracting officer. Third, delivery -- The Government desires delivery on 31 Jul 98 or as soon as possible thereafter. The Government reserves the right to award to a higher priced offeror to obtain a delivery date closer to 31 Jul 98. Fourth, price -- see (xvi) below. Technical, delivery, and past performance, combined, are equal in importance to price. (x) Offerors must include with their offerors a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification-Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification -- Commercial Items. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this solicitation. Specifically the following clauses, cited are applicable to this solicitation: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price of Fee adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 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; DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; and 252.225-7001, Buy American Act and Balance of Payment Program. (xiii) This software and system previously developed by government personnel, and the Software Development plan was never prepared. This solicitation is for a firm to prepare the Software Development Plan, including the elements listed in (v) above, which would ordinarily be prepared during software development. (xiv) Defense Priorities and Allocations system does not apply. (xv) N/A. (xvi) Offers are due at 12 p.m. (noon), local time, on Friday, May 29, 1998 at 50th CONS/LGCB, 66 Falcon Parkway, Ste. 49, Falcon AFB, CO 80912-6649. Facsimile responses are acceptable to area code 719 567 3809, clearly marked for the attention of TSgt Keeling. Offers shall include: the pricing information in (v) above and the representations and certifications required in (x) above. The offeror shall also include any warranty information that will be provided with the offeror's products. (xvii) For information, you may call TSgt Keeling at 719 567 3825 or or by facsimile at extension 3809. (0141)

Loren Data Corp. http://www.ld.com (SYN# 0388 19980526\76-0002.SOL)


76 - Books, Maps and Other Publications Index Page