Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1998 PSA#2118

Commanding Officer, Marine Corps Tactical Systems Support Activity, Attn: Contracts Office, PO Box 555171, Camp Pendleton, CA 92055-5171

70 -- PURCHASE OF REMOTE SENSOR MANAGEMENT SYSTEM APPLICATION SOL M68909-98-R-1048 DUE 062598 POC Contract Specialist, Sandra Ingram or Contracting Officer, Esther Christianson, 760/725-9189 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number M68909-98-R-1048 is issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. This is a total small business set-aside. SIC 7372, $19M. CLIN 0001 Remote Sensor Management System Application, Part # 98RSMS0001, OR EQUAL: The contractor shall provide one (1) each Remote Sensor Management System Application or equal. The Sensor System is a Windows 95/NT software application that is capable of receiving, monitoring, analyzing, and reporting on data received from magnetic, seismic, audio, infrared, and imaging type sensors. The software is capable of interfacing with the Raytheon Intelligent Communications Controller, Part # 87001B3900, to receive sensor and status data and to configure programmable relay sets used when necessary to overcome line of sight limitations of VHF radios. The application shall adhere to the following functional and performance requirements: (1) Run on both Windows 95 and Windows NT. (2) Be capable of running on a Pentium 166 based Intel based computer workstation with 32MB memory and 20MB of hard disk space. (3) Function normally on display resolutions of 800x600 and higher with 256 or more colors. (4) Date fields in any data record shall be stored in a format whose range is valid from the year 1900 through the year 9999 to avoid any year 2000 (Y2K) problem as well as any future time boundary problems. (5) The application and user document shall be delivered on CD-ROM, which shall contain an installation program that will install the application onto the computer workstations hard drive. This installation shall be performed using the standard "Add/Remove Programs" icon from the Windows 95/NT Control Panel. (6) Shall also be uninstalled using the standard "Add/Remove Programs" icon from the Windows 95/NT Control Panel. (7) Support all configured Windows 95/NT printers selectable by the operator. (8) Be capable of interfacing with the Raytheon Intelligent Communications Controller (ICC), Part # 87001B3900, via a serial connection. (9) Be capable of recovering from physical interruptions with the serial connection to the ICC Including detaching and reattaching the serial cable to the PC workstation and powering the ICC off and back on. (10) Be capable of continuously monitoring the ICC for detection and status data. It shall be able to time stamp the data and store detection and status data from the ICC in databases compatible with Microsoft Access 2.0. This is referred to as the Detection Database. (11) Be capable of tuning and configuring relay sets via the ICC. (12) Be capable of allowing the operator to create an Operational Database (a single file) that can be named, renamed, moved, and deleted using the Windows 95/NT Explorer or other file management tools. The operator shall be able to enter, edit, and review data in the Operational Database. The Operational Database will contain operational profile data (i.e., operation name, operation classification, operator and workstation I.D.), sensor data records (i.e., sensor type, sensor I.D.), and relay data records (i.e., relay type I.D.). (13) Allow the operator to generate reports based on information contained in the Operational and Detection Databases and save the reports in an "RTF" format compatible with both Microsoft Word 6.0/7.0 and Lotus WordPro 2.0. (14) Be capable of displaying a time-based graph ("strip chart") of activation messages received from the sensors. The "strip chart" display shall provide a sensor column header for each sensor. (14) The "strip chart" display shall denote sensor message data by using different patterns to represent the different messages. (15) The "strip chart" shall display a minimum of a four-hour window of activation data. (16) The "strip chart" shall use data from the Operational and Detection Databases. (17) The application shall allow the operator to add and remove sensors from the "strip chart" display. (18) The configuration of the "strip chart", display resolution, display time, and display mode, shall be selectable by the operator and the operator shall be able to store/retrieve the display configuration to/from a file. (19) The application shall allow the operator to save as a graphic file a selected subset of the "strip chart" display and print out a selected subset of the strip chart display. The application shall be shipped F.O.B. Destination, and delivered and accepted at Supply Officer, MCTSSA, Building 31345, Camp Pendleton, CA 92055-5171 no later than seven (7) calendar days after contract award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. For evaluation purposes, the provision at FAR 52.212-2, Evaluation-Commercial Items, shall apply. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, technical capability, and past performances. The offerors shall identify where the offered items meet or do not meet each of the Governments functional and performance minimum specifications listed herein. Any offeror who submits a proposal on an "equal product" is required to clearly identify the item by brand name, if any, and part number, and provide literature (e.g., catalog, description, etc.) which shows that the offered product meets the salient functional and performance characteristics as listed herein. The offerors shall provide the names, contact points, and telephone numbers of three (3) commercial or government customers that are currently using the items being offered for purposes of past performance evaluation. Technical capability and past performance, when combined are significantly more important than price. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, apply to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, Subparagraphs (a)(1), (2) & (b) (1), (3), (4), (5), (6), (7), (8), (9) (10), (13), and (16) apply to this acquisition and are hereby incorporated by reference. The provision at DFARS 252.210-7000, "Brand Name or Equal" apply to this acquisition. Offers are due via U.S. mail in the MCTSSA Contracts Office, P.O. Box 555171, Camp Pendleton, CA 92055-5171 no later than 2:00 p.m. on 25 June 1998. Offers may also be sent overnight to: Supply Officer, Attn:Contracts Officer, MCTSSA, Building 31345, Camp Pendleton, CA 92055-5171. The point of contact for information regarding this solicitation is S. Ingram at (760) 725-9189. "See Numbered Note # 1"***** (0166)

Loren Data Corp. http://www.ld.com (SYN# 0326 19980617\70-0003.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page