|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,1999 PSA#2410Department 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=M&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: 3672, number of
employees: 500. 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 1128-000, 128 bit high voltage
digital input board; 5 each, VMIC P/N 2128-ABC (options will be
selected after award), 128 bit high voltage digital output board; 1
each, VMIC P/N 5576-000 VME bus reflective memory; 1 each, VMIC P/N
VMIPMC-5576XL-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-F3-001, 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-IIOC2-116-310, 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-OBC-910, (option will be selected after award),
reflective memory device driver; 1 each, VMIC P/N
VMISWM/SW-RFM1-OBC-910, (option will be selected after award) annual
maintenance agreement; 4 each, VMIC P/N VMISFT-9420-006-910, IO Words
Access for Windows NT; 1 each, VMIC P/N CATT, Custom configuration and
testing; 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, contractor will notify
customer 14 days prior to delivery. 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(s) 0001 and 0002 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 08/12/99 (D-SN367180).
(0224) Loren Data Corp. http://www.ld.com (SYN# 0432 19990816\70-0010.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|