Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1998 PSA#2110

General Services Administration, Information Technology Services, Fast Program (7TF), 819 Taylor St., Rm. 11A30, Fort Worth, TX 76102-6105

D -- INFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNICATION SERVICES SOL 7TF-98-0012 DUE 060898 POC Paulie J. Sosebee, Contracting Officer, 817-978-0001 17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued!! 17(ii). Solicitation Number 7TF-98-0012. Request for Proposal!! 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04!! 17(iv). This procurement is restricted to Small Business Concerns only procurement under SIC 7379 Computer Related Services, NEC!! 17(v). Description: There are several contract line items, which are not optional: ITEMS LISTED 17(vi). Description: 1.0 This Statement of Work (SOW) defines requirements for upgrading the design, engineering and laboratory equipment in the Scientific and Technical Division at the Oklahoma City Air Logistics Center, Tinker Air Force Base, Oklahoma, 73145 (OC-ALC/TIE). Design engineers and draftsmen in the Technology Insertion Branch (TIET) use Computer Aided Design (CAD) infrastructure to produce drawings in the design and drawing development of aircraft structural modification programs, while test engineers and technicians in the Science and Engineering Laboratory Branch (TIES) fabricate, prototype, and test these designs prior to implementation using the materials test system in conjunction with enhanced optical, high speed video, and nondestructive inspection (NDI) equipment. This support must be provided immediately and continually, especially when unexpected problems or safety of flight occurs. 2.0 Background: The CAD infrastructure in TIET is high performance raster/vector drafting system consisting of seven HP 425t and two HP735 analysis CAD workstations. The CAD workstations provide quick development of AF installation and Level III drawings. The fabrication group in TIEs has a machine shop with various metal working equipment, while the NDI group uses all the NDI methods including penetrant, magnetic particle, eddy current, ultrasonic, infrared, radiographic and enhanced optical/visual. The equipment is used to support OC-ALC prime weapon system aircraft (B-1, B-2, B-52, C-135, E-3, and Contractor Logistic Support). 3.0 Scope: The contractor shall review the current capabilities within OCALC/TIE; review current planned and proposed workloads; survey the state-of-the-art within the aerospace industry; and make recommendations and proposals to OC-ALC/TIE management to upgrade the infrastructure of the items described below for use within the Science and Technical Division. After approval, the contractor shall acquire, deliver, modify facilities and install, integrate and test the upgrade with the current equipment. 3.1 Computer Aided Design (CAD and Simulation: the Contractor shall identify a high end CAD graphical workstation for modeling and simulation. The Simulation and Modeling Presentation Analytical CAD Workstation System is a high graphical performance computer Aided Design (CAD) network of workstations, color printers/plotters, and multi-media presentation system dedicated to the development of high graphical -D modeling, simulation, and "fly-through" visual rendering of modification and/or analysis programs for the direct support of the center's weapon system managers. The CAD system will provide the center with a pro-active modification capability before limited modification dollars are contracted to insure best cost and modification requirements are well defined. 3.2 High Speed Video: the contractor shall identify a high speed video capability for the TIES laboratory. One color video system in the range of 2000 frames per second (fps) and one black and white (B&W) system in the range of 8000 fps. The B&W video system will be used to capture and monitor crack growth testing. The color video system will be used to capture and monitor hydraulic testing. Ancillary equipment to trigger the camera is an important requirement. 3.3 Polarizing Microscope: The contractor shall identify a Polarizing Microscope. This microscope will bridge the gap between the TIES Video microscope at 100 X to their Electron Microscope at 1000X. 3.4 Non-Destructive Inspection (NDI Equipment: The contractor shall identify an upgrade to the current TIES NDI capability. NDI items such as protable ultrasonic instrument, portable eddy current, video image scope, and a portable eddy current, video image scope, and a portable magnetic particle with power supply will be evaluated and upgraded. 4.0 Project Management: Each upgrade equipment shall require approval of COTR. Use of project funds for travel expenses require prior approval of the COTR. The contractor shall provide an itemized listing with all invoices and provide a bi-monthly status report to the COYR. Deliverable items shall also include manufacturer manuals and the contractor developed wiring diagrams, installation settings, software protocols, etc. 17(vii). Date of delivery is no later than 3 day from receipt of award; Place of Delivery and Acceptance is: Contracting Officer's Technical Representative (COTR), Mr. James W. Tinsley, OC-ALC/TIESM, 4750 Staff Drive, Tinker AFB, OK, 73145, 405-736-5008, FAX 405-736-3992. FOB destination!! 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 1995) is hereby incorporated by reference.!! 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of the item offered to meet the Government requirement (b) Past Performance (see below) and (c) Delivery Terms -- ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's performance on previously awarded FAST delivery orders/contracts and/or contracts with other Government entities). The offeror must identify two Federal, state, or local government and private contracts or delivery/task orders for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.!! 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (AUG 1996), is hereby incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 1996), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract(b)(2)52.203-10, (b)(3)52.219-8,(b)(6)52.222-26,(b)(7)52.222-35,(b)(8)52.222-36,(b)(9)5 2.222-37,(b)(15)52.225-21.!! 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed-price definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Delivery no later than 3 days after receipt of order. Period of Performance is 30 days from date of award!! 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated offers one original must be submitted to GSA, FTS, 7TF, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Paulie Sosebee, Contracting Officer at or before 4:30 p.m.(CST), June 8, 1998.!! 17(xvii). Contact Paulie Sosebee at 817/978-0001.!! **** (0154)

Loren Data Corp. http://www.ld.com (SYN# 0026 19980605\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page