Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1998 PSA#2111

Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second Street SW., Washington, DC 20593-0001

58 -- COMMUNICATION, DETECTION, AND COHERENT RADIATION EQUIPMENT!! SOL DTCG23-98-R-DCM279!! DUE 061598 POC Cheryl Rice, Ph: (202) 267-6994/ Contracting Officer: Scott L. Palmer, Ph; (202) 267-2489!! This notice is issued to post this requirement as a sole source combined synopsis/solicitation. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, 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. This is Request for Proposal Number DTCG23-98-R-DCM279. This solicitation/contract document will incorporate all applicable provisions and clauses in effect through FAC 97-04. The SIC Code is 3669 and the size standard is 750 employees. Subject solicitation is hereby issued as a sole source request for proposal to Buffalo Computer Graphics, 3741 Lake Shore Road, Blasdell, NY 14219. The radar marine simulator databases have data stored in software files which are proprietary to Buffalo Computer Graphics. The Contract Line Item Numbers (CLINs), quantities and description for the subject procurement are as follows: CLIN 0001 Qty. 1 Job: Convert all existing USCG Reserve Training Center (RTC) Radar Marine Simulators (RMS) landmass databases to PCS-100 format; CLIN 0002, Qty. 2 each: PCS-100 radar simulator with a Raytheon radar interface capable of directly driving two (2) displays, 10/100 Base-T ethernet interface for Graphical User Interface, custom simulation software, landmass databases, capability for multiple PCS-100 units to be networked for multi-ownership operation, operation and technical documentation. Simulation capabilities shall include modeling of Raytheon SPS-64 radar characteristics, 40 programmable vessels targets, landmass capability with video shadowing effects, sea clutter presentation with sea state control, mast and funnel blanking effects, and radar controlled PRF rate via Raytheon interface; CLIN 0003, Qty. 1 each: graphical user interface package with an integration of GUI into a Pentium based PC, all interface cables, 10/100Base-T ethernet interface for connection to multiple PCS-100units, custom operations software, operation documentation; CLIN 0004, Qty. 2 each: RADDS interface with direct interface to RADDS data stream for connection to SPA-25G radar displays, interface cables (max. length 50 feet), custom simulation software for RADDS interface; CLIN 0005, Qty. 2 each: Hughes (Raytheon) radar processor which allows direct connection to the Hughes Radar Processor, operates simultaneously with installed Sperry 2500C interface, and independent and isolated radar outputs; CLIN 0006, Qty. 2 each: Enhanced radar effects with programmable weather precipitation clutter patterns, mutual radar interference, programmable control of landmass video levels, range attenuation effects on video, wind dependent sea clutter patterns, receiver noise effects, and custom simulation software for radar effects; CLIN 0007, Qty. 1 Spare Parts Kit: Spare parts kit which includes spares for modules used within the standard PCS-100, and spares for COTS modules used within the PCS-100; and CLIN 0008, Qty. 1 Job: On-site engineering support for installation, integration and training support to include a minimum of three (3) days. Offerors are required to offer the Government the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice, provided such warranty is available at no additional cost to the Government). Deliver all CLINs F.O.B. Destination to Commanding Officer (TOPSRD), USCG Reserve Training Center, Yorktown, VA 23690-2174 no later than 90 days after contract award. Inspection and acceptance shall be accomplished at destination by the receiving activity. The Coast Guard intends to enter into a firm-fixed price contract. FAR 52.212-1 Instructions to Offerors Commercial Items, applies to this acquisition. FAR clause 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-commercial items, will apply to the resultant contract: Incorporating FAR 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 and 52.225-9. All offerors must include a completed copy of FAR 52.212-3-Offeror Representations and Certifications Commercial Items. All information technology delivered under this contract shall be Year 2000 compliant as that term is defined in FAR 39.002. A written notice of award or acceptance of an offer, mailed to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract. Before the offeror's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written of withdrawal is received before award. Note 22 applies. Offers are due on Monday, June 15, 1998 at 3:00 pm. Submit offers to: Commandant (G-ACS-2B/CSR), U.S. Coast Guard Headquarters, 2100 Second Street, SW, Washington, DC 20593-0001, Attn: Cheryl Rice (202) 267-6994.Attention: Minority, Women-Owned, and Disadvantaged Business Enterprises (DBEs), the U.S. Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call the Office of Small and Disadvantaged Business Utilization (OSDBU) (S-40) at (800) 532-1169. Internet address: http://osdbuweb.dot.gov.***** (0155)

Loren Data Corp. http://www.ld.com (SYN# 0269 19980608\58-0011.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page