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