Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1999 PSA#2404

Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, AZ, 85309

70 -- E-3C COMMUNICATIONS TRAINER SOL F02604-99-R0011 DUE 082099 POC Carol Cherapan, Contract Specialist, Phone 623) 856-3442 x244, Fax (623)856-3057, Email carol.cherapan@luke.af.mil -- Kurt Weilbaecher, Contract Specialist, Phone 623)856-6353x231, Fax (623) 856-3447, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F02604-99-R00 11&LocID=509. E-MAIL: Carol Cherapan, carol.cherapan@luke.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation, Number F02604-99-R0011 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. This acquisition is set aside for 100% small businesses; SIC: 5045, number of employees: 100. This acquisition is brand name or equal. Government requirements: Two (2) systems that provides input/output (I/O) signal processing and serves as the software host for data control and processing for an E-3C Communications Trainer being produced by Det 1 ACC TRSS, Luke AFB AZ. A completely integrated, tested and bundled system that when delivered will run trainer specific software. Overview of system: (a) Microsoft NT 4.0 installed on all processors, (b) All processor cards must be capable of communication through onboard dual-port memory, (c) Embedded software must be included and loaded to provide processor to processor communication, processor to I/O communication and stand alone I/O diagnostics, communication and control, (d) I/O communication must be via reflective memory and linked with fiber optics, (e) External communication to a "Touch Screen" computer via PCI/VME reflective memory system, (f) Provide at least 896 digital input points and 640 high current (600 ma) digital outputs. The 23 parts described compose an integrated total solution system. The Government requires the systems to be fully assembled, integrated and tested. Requirement; CLIN 0001: Two (2) systems, each system consisting of: 1 each, VMIC P/N 9064/32-461-023, 25Mhz Motorola Series (MVME-162) 68040; 1 each, VMIC P/N 7452-304, VME bus 6 Gbyte hard drive and floppy drive module; 7 each, VMIC P/N 1129-000, 128 bit high voltage digital input board; 5 each, VMIC P/N 4128-ABC, 128 bit high voltage digital output board; 1 each, VMIC P/N 5576-000 VME bus reflective memory; 1 each, VMIC P/N VMIPMC-5578XL-001, PMC reflective memory; 1 Each, VMIC P/N MO5; 5 slot VME bus monolithic backplane; 1 each, VMIC P/N M15, 15 slot VME bus monolithic backplane; 1 each, VMIC P/N PS700-012, swing-out power supply; 1 each, VMIC P/N FA3-D, triple fan assembly; 1 each, VMIC P/N 301A-000, Eurocard blank panels; 1 each, VMIC P/N 000-F3-0001, 1 Ft fiber optic cables (ST connectors); 1 each, VMIC P/N VMISWM-9420-006-910, IOWorks maintenance agreement; 2 each, VMIC P/N 000-F3-031, 10 Ft fiber optic cables (ST connectors); 1 each, VMIC P/N SW-IIOC2-115-310, IIOC host software support package; 4 each, VMIC P/N SW-7425-000-000, Windows NT Operating System Ver. 4.0; 1 each, VMIC P/N VMIPMC/SW-RFM1-QBC-910, reflective memory device driver; 1 each, VMIC P/N VMISWM/SW-RFM1-QBC-910, annual maintenance agreement; 4 each, VMIC P/N VMISFT-9420-006-910, IO Words Access for Windows NT; 1 each, VMIC P/N ON-SITE installation support; 1 each, VMIC P/N VMIPCI-5576-001, PCI reflective memory; 1 each, VMIC P/N 7695-250, single slot Pentium II processor based VME bus CPU; 3 each, VMIC P/N 7695-255, Single Slot Pentium II processor based VME bus CPU; CLIN 0002: 1 each VMIC P/N ON-SITE installation support for the initial delivery of the two (2) systems. Systems shall be Year 2000 compatible. Required delivery: 90 days after receipt of award. FOB: Destination to Det 1 ACC TRSS, Building 415, 7045 N Fighter Country Ave, Luke AFB AZ 85309. Period of acceptance of offers: the offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for the receipt of offers. 52.212-2 EVALUATION- COMMERCIAL ITEMS (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) Price: Award will be made to the lowest evaluated offer that meets the requirements of the solicitation. (2) Ability to meet the technical capabilities of the items specified. (3) Past Performance: Will contain information for past two years demonstrating ability to meet 90 day delivery performance on same or similar systems, and as a minimum shall include contract numbers, point of contacts, addresses and dollar amount of agreements. The Government reserves the right to make an award based on initial offers received without discussion of such offers. All prices shall include all Federal, State and Local taxes. Technical and past performance, when combined, are equal to price. Evaluation will be based on low price technically acceptable offeror demonstrating evidence of past performance with timely delivery. Offeror's proposal shall include pricing for CLIN 0001 and past performance information. The following FAR & DFARS provisions and clause(s) applies to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition with no addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition with no addenda; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order -- Commercial Items applies to this acquisition and the additional FAR clauses cited are applicable: FAR clause(s) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.211-6, Brand Name or Equal; 52.219-8, Utilization of Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam ERA Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001, Contract terms and Conditions Required to Implement Statutes or executive orders Applicable to Defense Acquisitions of Commercial Items with addenda incorporating DFARS clauses(s) 252.225-7001, Buy American Act and Balance of Payment Program, 252.204-7004 Required Central Contractor Registration,,252.225-7012, Preference for Certain Domestic commodities; 252.225-7021, Trade Agreements; 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program; 252.227-7015, Technical Data -- Commercial Items; 252.225-7037, Validation of Restrictive Markings on Technical Data; 252.247-7024, Notification of Transportation of Supplies by Sea. FAR 52.246-17, Warranty of Supplies of a Noncomplex Nature, (b)(1)Contractor warrants that for three (3) years parts and labor. (3)(c) within 45 days after discovery of defect. Central Contract Registration can be obtained through the Internet at www.ccr2000.com/ or by calling (888) 227-2423. Offers shall be submitted in writing either mailed, faxed (623) 856-3057, hand carried, or e-mailed to carol.cherapan@luke.af.mil and received not later than 4:30 PM local time, 20 Aug 99 to 56 CONS/LGCS, Attn: Carol Cherapan, 14100 W Eagle St, Luke AFB AZ 85309-1217. Arizona does not observe daylight savings time. Direct questions to Carol Cherapan at (623) 856-7179, X 237. Posted 08/04/99 (D-SN363435). (0216)

Loren Data Corp. http://www.ld.com (SYN# 0427 19990806\70-0017.SOL)


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