Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1998 PSA#2235

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304

66 -- RAPID COMPUTER AUTOMATED SCANNING SYSTEM FOR SCANNING AND EXTRACTING ANTOROPOMETRIC DATA FROM THE HUMAN FORM SOL N00421-99-R-1139 DUE 010499 POC Arlene Berts,Contract Specialist 301-342-1825 Ext.163, Nancy F. Kuzmick, Contracting Officer 301-342-1825 Ext. 150 WEB: Click here to download a copy of combination synopsis/solicitation, http://www.navair.navy.mil/contracts. E-MAIL: Contact the Contract Specialist at this e-mail address, bertsaf@navair.navy.mil. 66 -- RAPID, COMPUTER AUTOMATED SCANNING SYSTEM FOR SCANNING AND EXTRACTING ANTHROPOMETRIC DATA FROM THE HUMAN FORM N00421-99-R-1139 DUE 04 JANUARY 1999 BY 2:30 PM EASTERN STANDARD TIME, POC Contract Specialist, Arlene Berts (301)342-1825 Ext 163. Nancy F. Kuzmick, Contracting Officer. E-Mail: BertAF@navair.navy.mil. The Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River has a requirement to procure (2) rapid, computer automated scanning systems appropriate for scanning and extracting anthropometric data on Naval aviators at shore-based installations. This is a combined synopsis/solicitation for commercial items prepared in accordance with the formal prescribed in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for which proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-99-R-1139 is issued as a request for proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular, FAC 97-09 and Defense Acquisition Circular, DAC 98-01and Defense Change Notice DCN 98-1014. This action is 100% set aside for small businesses. The applicable SIC is 6635 and the small business size is 500 employees. The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD proposes a Firm Fixed Price (FFP) Contract for this procurement. Interested parties must respond electronically via e-mail. All amendments shall be sent electronically. All responsible sources solicited may submit a proposal which shall be considered. No telephone request will be accepted. The solicitation will be available over the Internet in Word 6.0TM format and will reside on the NAVAIR Home Page, located on the World Wide Web (WWW). The WWW server may be accessed using client servers such as MOSAIC and NETSCAPE. The www address, or URL, for the NAVAIR Home Page is http://www.navair.navy.mil/contracts The contract line item is: CLIN 0001 -- (2 EA) -- . The system must meet the following minimum requirements. Hardware and operating software must use computer equipment commonly supported in the Naval operational environment which are personal computers (PC) based on the Microsoft Windows operating system. The system must be capable of being run by Naval personnel with a minimum of a general high school education. Scan heads shall be designed such that the risk of injury to the subject or system is negligible. The system shall require no contact with the scan subject to provide scans or extracted measurements. The scan volume of the system must be such that standard anthropometric seated and standing scans can be provided. The standing scans can be incomplete as to the top of the head, fingers, and feet. The system must output scan data files that can be exported to other Department of Defense scanner systems. The base scanner system shall be modular in design such that scan volume and/orresolution can be varied. The system shall include all optical, mechanical, and computational hardware, along with all required software to acquire, process, store, retrieve, and display the data in both tabular and perspective views. The system must be capable of disassembly, shipment, and/or manual transport. Components must be able to be moved by two people, and must fit through 65 inches wide double doors. It is preferred that the system be able to fit in a room with a 9 feet high ceiling. The assembly and calibration process must be able to occur within 10 hours. It is preferred that the system be able to operate using foreign A/C power sources. The subject shall be measured so as to provide samples range data on a mesh such that the spacing between neighboring points never exceeds 3 mm on the surface of the scan. For multiple scans of the same point on a stationary object, the desired accuracy of each data point is such that the extracted value shall be within two standard deviations of a mechanical measurement. The offeror is required to submit accuracy and resolution data. Measurement extraction software for standing measurements is required, and for seated measurements, is desired. Measurement extraction software shall be integrated with scanner operating software. Measurement extraction files shall also be compatible with commercial off-the shelf, apparel CAD and engineering CAD software. The offeror is required to submit evidence of measurement validation, integration, and compatibility per this announcement. The systems must be Y2K compliant. WARRANTY -- The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered on a similar commercial sale. Acceptance of the warranty does not waive the Government's right under the Inspection Clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty.The warranty period shall begin upon final acceptance of the deliverable listed in the schedule. The contractor shall deliver (2) complete systems (120) days after award of contract. Inspection and acceptance shall be made at destination. FAR 52.212-1 Instructions to Offerors -- Commercial Items (AUG 1998) is incorporated by reference and applies to this acquisition. The provision at 52-212-2 Evaluation -- Commercial Items (OCT 1997) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: an award shall be made to that responsible offeror submitting a technically acceptable proposal and offering the lowest evaluated price. Price shall be the deciding factor among technically acceptable proposals. To be technically acceptable, the offeror's technical proposal must be evaluated as technically acceptable for each of the requirements listed above. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The price proposal shall be evaluated on the overall lowest price to the Government. The offeror shall provide backup information verifying the price offered, e.g. a copy of current catalog, three invoices for the same equipment, etc. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each offeror shall include a completed copy of the provision at FAR 52.212.3, Offeror Representations and Certifications -- Commercial Items (OCT 1998) with its proposal. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (APR 1998) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders -- Commercial Items (OCT 1998) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 52.212-5(b): 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I) (OCT 1995), 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997), 52.219-8 Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns (JUN 1997), 52.204-6 Data Universal Numbering System (DUNS) Number (APR 1998), 52.219-14 Limitation on Subcontracting (DEC 1996), 52.222-26 Equal Opportunity (APR 1984), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (APR 1998). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certification -- Commercial Items (NOV 1995). DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 1998) is incorporated by reference, however, for paragraph (b) only the following apply 252.225-7001 Buy American Act and Balance of Payments Program (OCT 1998), 252.225-7007 Trade Agreements (JUNE 1997), 252.225-7012 Preference of Certain Domestic Commodities (SEPT 1997), 252.227-7015 Technical Data -- Commercial Items (NOV 1995), 252.227-7037 Validation of Restrictive Markings on Technical Data (NOV 1995), 252.225-7012 Preference for Certain Domestic Commodities (NOV 1995), and 5252.246.9503 Year 2000 Compliance (OCT 1998) (which can be viewed in full text on the NAVAIR Website at www.navair.navy.mil/contracts). Any questions regarding this solicitation must be received by 15 DEC 1998. Offers are due to Arlene Berts, Contract Specialist, Contracts Competency, Code 254228, Bldg 588, Suite 2, NAWCAD, 47253 Whalen Road, Unit 588, Patuxent River, MD 20670-1463, by 2:30 PM Eastern Standard Time 04 January 1999. For information regarding this solicitation contact Arlene Berts (301) 342-1825 ext 163. For copies of FAR provision 52.212-3 or DFARS provision 252.212-7000, E-mail or your request to Arlene Berts, 301-342-1864/1847. Posted 12/02/98 (W-SN276146). (0336)

Loren Data Corp. http://www.ld.com (SYN# 0215 19981204\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page