|
COMMERCE BUSINESS DAILY ISSUE OF JULY 5,2000 PSA#2635Department of the Navy, NAWCAD Contracts Competency Division, Villa
Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010 70 -- WIND RIVER'S VXWORKS REAL TIME OPERATING SYSTEM AND THE TORNADO
INTEGRATED DEVELOPMENT ENVIRONMENT SYSTEM SOL N00421-00-Q-0410 DUE
072000 POC Mary Jean Orwig 301-862-8112 E-MAIL:
OrwigMJ@navair.navy.mil, OrwigMJ@navair.navy.mil. This is a combined
synopsis/solicitation for commercial items 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 N00421-00-Q-0410 is issued as a request for
quotation (RFQ). The incorporated document and provisions and clauses
are those in effect through Federal Acquisition Circular 97-17 and
Defense Federal Acquisition Regulations Supplement Change Notice
20000606. The Government intends to purchase on a firm fixed-price
basis and to solicit quotes and award the proposed purchase order for
Wind River's VxWorks Real Time Operating System and the Tornado
Integrated Development Environment System on a Sole Source Basis. The
only manufacturer capable under the authority of FAR Part 6.302-1 of
providing the required items is Wind River Systems, Inc, 500 Wind River
Way, Alameda, CA 94501. Wind River Systems, Inc. is the only
manufacturer of the required items. These items are currently used in
the Software Development Support for the AN/TPX-42A(V). The
specifications are to provide a Real Time Operating System along with
an Integrated Development Environment that is compatible with the
existing Central Identification Friend or Foe, AN/UPX-36(V), and the
Digital Interrogator, AN/UPX-37(V). The software shall be the latest
version available. The software shall provide the following: (1) A
Real-Time Operating system that shall contain the following features:
-- Dynamic linker/loader, -- Target-based C interpretive Shell, --
Variable size message queues, and -- Variable size memory allocation
and deallocation; (2) An Integrated Development Environment for a Real
Time Operating System that shall contain the following features: --
Host-based C interpretive Shell tool, -- Host-based symbol table, --
Windows NT hosted environments,—A software logic analyzer tool,
-- Host-based target server, and -- Task state browser. Therefore, the
VxWorks software is the only software that will meet the Government's
minimum requirements at this time. Using software other than VxWorks
would incur significant additional costs to the Government, because
multiple versions of the software would be required to support multiple
programs for target processing. The contract line item numbers and
description are: ** CLIN 0001 -- Part Number: 170-12711 Tornado
Standard for Windows NT -- 5 User Pack (QTY OF 1); CLIN 0002 -- Part
Number: 130-12840 Tornado Standard Support Contract -- 5 User Pack (QTY
OF 1); CLIN 0003 -- Part Number 170-12710 Tornado Professional for
Windows NT Upgrade for One user (QTY OF 1); CLIN 0004 -- Part Number
130-12839 Tornado Professional Upgrade Support Contract (QTY OF 1);
CLIN 0005 -- Part Number 170-12974 VxWorks OEM/Development License (QTY
OF 1); CLIN 0006 -- Part Number 130-12842 VxWorks Development Support
Contract (QTY OF 1); CLIN 0007 -- Part Number 140-14150 VxWorks Runtime
Target Licenses (QTY OF 2); CLIN 0008 -- Part Number 160-8603
Quickstart Basic + Two Day On-Site (QTY OF 2); CLIN 0009
Stethoscope-Realtime Data Visualization, Profiling, Debug (QTY OF 5);
CLIN 0010 Codetest Tornado Software (QTY OF 5). The quote along with
completed representations and certifications is due by 3:30 P.M. 20
July 2000. Award is expected in July 2000 with a required delivery date
within 20 days after receipt of order. Delivery will be FOB Destination
to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD
20684-0010; M/F: Chris Utara, Code 4.5.8.2.2. Inspection and acceptance
shall be made at destination. The contractor shall extend to the
Government full coverage of any standard commercial warranty normally
offered in a similar commercial sale. Acceptance of the warranty does
not waive the Government's rights under the Inspection clause, nor does
it limit the Government's rights with regard tothe 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 applicable
deliverable listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO
OFFERORS -- COMMERCIAL ITEMS (NOV 1999) is incorporated by reference
and applies to this acquisition. The provision at FAR 52.212-2
EVALUATION-COMMERCIAL ITEMS (JAN 1999) does not apply to this
acquisition. The Government will evaluate quotations for fairness and
reasonableness in accordance with simplified procedures as defined in
FAR Part 13 and price analysis techniques in FAR Part 15 prior to
making award. The offeror shall provide back-up information that
verifies the price offered. This could consist of a copy of the current
catalog or price list; invoices from previous sales of the identical
item(s); etc. Offeror shall include a completed copy of the provision
at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I --
COMMERCIAL (FEB 2000) with its quotation. FAR 52.212-4 CONTRACT TERMS
AND CONDITIONS -- COMMERCIAL ITEMS (MAY 1999) is incorporated by
reference and applies to this acquisition. The following addendum is
added: YEAR 2000 COMPLIANCE (OCT 1998) (a) The Contractor shall ensure
that all information technology, which will be required to perform
date/time processing involving dates subsequent to December 31, 1999,
shall: (1) be Year 2000 compliant or (2) if the Contracting Officer
approves in writing, the identified information technology will be
upgraded to be Year 2000 compliant prior to the earlier of: (I) the
earliest date on which the information technology may be required to
perform date/time processing involving dates later than December 31,
1999 or (ii) December 31, 1999; and (3) Describe existing information
that will be used with the information technology to be acquired and
identify whether the existing information is Year 2000 compliant. (b)
"Year 2000 compliant" means, with respect to information technology,
that the information technology accurately processes date/time data
(including but not limited to, calculating, comparing and sequencing)
from, into, and between the twentieth and twenty-first centuries, and
the years 1999 and 2000 and lap year calculations, used in combination
with the information technology being acquired, properly exchanges
date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS
REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS
-- ALTERNATE I. (FEB 2000) applies to this acquisition. (a) The
Contractor agrees to comply with the following FAR clauses, which are
incorporated in this contract by reference, to implement provisions of
law or executive orders applicable to acquisitions of commercial
items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.225-13,
Restrictions on Certain Foreign Purchases (E.O.'s 12722, 12724, 13059,
and 13067). (3) 52.233-3, Protest after Award (31 U.S.C. 3553). (b)
The Contractor agrees to comply with the FAR clauses in this paragraph
(b) which the contracting officer has indicated as being incorporated
in this contract by reference to implement provisions of law or
executive orders applicable to acquisitions of commercial items or
components: (1) 52.222-21, Prohibition of Segregated Facilities (Feb
1999), (2) 52.222-26, Equal Opportunity (E.O. 11246). (3) 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era (38 U.S.C. 4212). (4) 52.222-36, Affirmative Action for Workers
with Disabilities (29 U.S.C. 793). (5) 52.222-37, Employment Reports on
Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212).
(6)(i) 52.225-3, Buy American Act -- North American Free Trade
Agreement-Israeli Trade Act -- Balance of Payments Program (41 U.S.C.
10a -- 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). (ii) Alternate
I of 52.225-3. (7) 52.232-33, Payment by Electronic Funds Transfer --
Central Contractor Registration (31 U.S.C. 3332). (c) The Contractor
agrees to comply with the FAR clauses in this paragraph (c), applicable
to commercial services, which the Contracting Officer has indicated as
being incorporated in this contract by reference to implement
provisions of law or executive orders applicable to acquisitions of
commercial items or components: NOT APPLICABLE. (d) Notwithstanding the
requirements of the clauses in paragraphs (a), (b), or (c) of this
clause, the Contractor is not required to include any FAR clause, other
than those listed below (and as may be required by an addenda to this
paragraph to establish the reasonableness of prices under Part 15), in
a subcontract for commercial items or commercial components -- (1)
52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities
(29 U.S.C. 793); (4) 52.222-37 -- Employment Reports on Disabled
Veterans and Veterans of the Vietnam Era. As prescribed in 22.1308(b);
and (5) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial
Vessels (46 U.S.C. 1241) (flow down not required for subcontracts
awarded beginning May 1, 1996). (End of clause). DFARS 252.212-7001
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS
(MAR 2000) is incorporated by reference. The Contractor agrees to
comply with the following list of DFARS clauses, which are included in
this solicitation by reference to implement provisions of law or
Executive Orders applicable to acquisitions of commercial items or
components: (1) 252.225-7002, Qualifying Country Sources As
Subcontractors, (2) 252.225-7035, Buy American Act-North American Free
Trade Agreement Implementation Act-Balance of Payments Program
Certificate (ALT I), (3) 252.225-7036, North American Free Trade
Agreement Implementation Act (ALT I). (c) In addition to the clauses
listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
clause of this contract, the Contractor shall include the terms of the
following clause, if applicable, in subcontracts for commercial items
or commercial components, awarded at any tier under this contract:
252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10
U.S.C. 2241 note); 252.247-7023, Transportation of Supplies by Sea (10
U.S.C. 2631); 252.247-7024, Notification of Transportation of Supplies
by Sea (10 U.S.C. 2631). The provision at 252.204-7004 Required Central
Contractor Registration (MAR 2000) applies to this solicitation. THIS
IS NOT A REQUEST FOR COMPETITIVE QUOTES. All, responsible interested
parties may submit documentation in which they identify their interest
and capability. Quote is due to Ms. Mary Jean Orwig, Contract
Specialist, Naval Air Warfare Center Aircraft Division, Building 8110,
Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern
Standard Time, 20 July 2000. All proposals received by 3:30P.M. Eastern
Standard Time 20 July 2000 will be considered by the Government. The
Government will not pay for any information received. Facsimile
proposals shall be accepted. For information regarding this
solicitation or copies of FAR provision 52.212-3 contact Ms. Mary Jean
Orwig, Code 254134, Tele#301-862-8112 or via e-mail. If an offeror is
not able to contact the Contracting Office via e-mail, please fax
correspondence/requests to the point of contact above @ facsimile
(301-862-8342) or e-mail to OrwigMJ@navair.navy.mil. **END
SYNOPSIS/SOLICITATION #N00421-00-Q-0410. ** Posted 06/30/00
(W-SN470811). (0182) Loren Data Corp. http://www.ld.com (SYN# 0294 20000705\70-0001.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|