Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 25, 2001 PSA #2837
SOLICITATIONS

T -- MAPPING SERVICES

Notice Date
April 23, 2001
Contracting Office
United States Property And Fiscal Office for Tennessee, P.O. Box 40748, Powell Avenue, Nashville, Tennessee 37204-0748
ZIP Code
37204-0748
Solicitation Number
DAHA40-01-R-0010
Response Due
May 4, 2001
Point of Contact
Barry Baxter 615-313-2654 or CPT Sammy Beard 615-313-2650
E-Mail Address
Click here to contact the Contract Specialist via (barry.baxter@tn.ngb.army.mil)
Description
The United States Property and Fiscal Office for Tennessee has a requirement for four Terrain Rehearsal kits. The successful offeror must be able to design and construct a high quality terrain based rehearsal kit to be used during tactical and logistical operations at Ft. Irwin, California. Offerors must submit a sample with bid, sufficient to reflect the material and quality of graphics. GENERAL CHARACTERISTICS. The product must accurately replicate a 1:50,000 scale map of the National Training Center (NTC). Product must be easy to set-up, break down, and transport. Maximum weight per kit is 100 lbs. Product must be able to stand up to wear and tear of field operations. Common names or nicknames of prominent terrain features will be included. Universal Transverse Mercator grid lines must be present. Each kit will be packaged in a container to facilitate transportation and to provide protection during transit. Containers must be durable and stackable. Containers will come equipped with handles capable of supporting the weight of each kit while being carried by two (2) personnel. Each kit will contain these components. Base map sheet as described in GENERAL CHARACTERISTICS. Map #1 (rotational box) scale is 1sq KM of represented map surface equals 1' of replicated surface. 1 each. Map #2 (Ft. Irwin Cantonment area) scale is 1:1,000. Map #3 (YERMO, Marine Corps Logistics Base) scale is 1sq KM of represented map surface equals 1' of replicated surface. Map will include the Manix underpass. Map #4 (YERMO, Marine Corps Logistics Base) scale is 1:1,000. Map will only show detail regarding Rail Tracks, staging areas, and gates. Map #5 (Southern California Logistical Airport) scale is 1:1000. Proprietary considerations. Upon award of contract, the USPFO For Tennessee will coordinate for the temporary release of graphics from CHARIS corporation, Integrated Training Area Management (ITAM). Bidder will assume all liability for the safekeeping and transportation of software to the bidder's place of work. Bidder will affirm and comply with any non-disclosure agreements required by CHARIS Corporation and bidder will agree to prevent disclosure of software to any third parties, IAW DoD 5200.1R. After delivery of the finished product, Bidder will return all proprietary software, CD's or other media to ITAM. Bidder will agree not to provide any products derived from said software to any other recipient than the issuer of this contract. Bidder will comply with the requirements IAW DoD 5200.1 R; this data is deemed "Critical Information". Minimum Specifications. Maps must be printed on Vinyl Media or equivalent. Universal Transverse Mercator grid lines will be super imposed on each map. Dry Erase or Alcohol Erase surface. Maps will have a reinforced edge with grommets spaced approximately every 36", capable of supporting the maps from a suspended structure. Other Considerations. The successful bidder must be able to read, convert, or otherwise manipulate data provided by ITAM. The data is imbedded in ARCVIEW version 3.2 software. 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 acquisition is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24. This acquisition is a 100% Small Business Set-aside. The associated NAICS Code is 541370 with a size standard of $4,000,000. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offers will be evaluated based on the lowest cost, technically acceptable product in accordance with FAR 52.212-2, Evaluation Commercial Items. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items with the offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. Offers will be accepted until 4:30 p.m. CST on 4 May 2001. Mail offers to the USPFO For Tennessee, Attn: Barry Baxter, 3041 Sidco Drive, Nashville, TN 37204.
Record
Loren Data Corp. 20010425/TSOL001.HTM (W-113 SN50J9J4)

T - Photographic, Mapping, Printing and Publication Services Index  |  Issue Index |
Created on April 23, 2001 by Loren Data Corp. -- info@ld.com