Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14, 2001 PSA #2914
ANNOUNCEMENTS

D -- SOFTWARE UPGRADE -- RANGE CONTROL SYSTEM

Notice Date
August 10, 2001
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
ZIP Code
32403-5526
Description
The 325th Contracting Squadron at Tyndall AFB FL intends to award a sole source purchase order under Simplified Acquisition Procedures (SAP) to DigiComp Inc. for the purchase of SOFTWARE UPGRADE TO EXISTANT RANGE CONTROL SYSTEM (RSC) SOFTWARE, AIR SURVEILLANCE AND CONTROL (ASAC) SOFTWARE CURRENTLY PROVIDED BY DIGICOMP. The sole source intention is based on the fact that DigiComp is the proprietor of the existing software system. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. The Purchase Request number is PR1008-0001 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 97-2 and Defense Acquisition Circular 91-13. This solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. The North American Industry Classification System (NAICS) code is 541511, size standard $18 MILLION. The contractor shall provide the following:.=20 Introduction This Statement of Work (SOW) defines the services to be provided to the 81st Test Support Squadron (81 TSS) for the purchase and warranty of new software for the the Range Control System (RCS). The purpose of this contract is to purchase a new version of the Range Control System (RCS) Software, the Air Surveillance and Control (ASAC) software. This new software version will support all the existing features of the existing RCS-specific software features plus include Link 16 datalink capability into the ASAC.=20 Scope The contractor shall provide an upgrade of the RCS system to the current version of ASAC with support for Link 16 while maintaining the original system functions. The contractor shall provide full support for the system during the warranty period. ASAC Upgrade / System Upgrade The contractor shall deliver and install an upgrade of the RCS system to the current version of ASAC with support for Link 16 (Joint Tactical Information Distribution System, JTIDS). The upgrade will incorporate any unique functions of the current RCS (e.g. large screen display management). The Link 16 capability shall support communication with the F-15 and AWACS platforms in accordance with the 81 TSS mission and RCS functionality The contractor will incorporate as a minimum the following existing RCS-specific features into the current ASAC: boat management, missile footprints, missile management, mission management, LSD management, track parking area. It will support the current interfaces and functionality for the following sensors: TPS-63, two ARSR-4s, GRDCUS, Airborne Platform/ Telemetry (AP/TM) system. It will support 29 operator positions and two large screen displays. The ASAC will provide enhanced features for most RCS functions, including data blocks, record/playback, definitions and features associated with airspace and regions, simulations, color management, quantity of category selects, user preferences, track management (e.g. elevation view), automatic association of tracks with participant data, more extensive configuration file parameters. Delivery The system shall be delivered in two installations. The ASAC upgrade shall be provided within 140 days after contract award. The Link 16 capability shall be provided within 230 days. Testing For each of the two deliveries, the contractor shall deliver an Installation Verification and Test document which verifies the ASAC system is installed correctly. System testing/verification shall be conducted at the 81 TSS?s site and shall be accomplished by a combination of inspection, analysis, demonstration, and test. The contractor shall be responsible for conducting testing, analyzing, reporting results of testing, and resolving any conflicts in the software before the warranty period takes affect must demonstrate all the software functionality and ensure the software will interface and function properly with a JTIDS Terminal prior to acceptance testing. Once the software is proven to be functional, the warranty period begins. . During on-site installation and verification testing, it will be the responsibility of the 81 TSS to insure alignment and proper operation of the sensors and other external (non- ASAC) equipment.=20 Training For each of the two deliveries, the contractor shall conduct ASAC system training for all new and changed features for up to 10 console operators and 4 maintenance personnel. All training shall be held at the 81 TSS?s site after the installation=20 =20 Documentation and Software All data and software shall be provided with restricted rights. Software shall be delivered in executable form only. The contractor shall provide, as a minimum, the documents listed below.=20 40 Software User's Manuals 5 System Administrator's Guides All Training Materials=20 Site Access The facility where the ASAC system is to be installed will be open to the contractor?s staff during normal business hours. During this period the contractor will have access to all the external data interfaces and the existing system. The contractor shall be able to bring test and development equipment into the facility in order to support the integration and test of the delivered system. Contractor personnel shall have secret level security clearance.=20 Support Tasks The contractor shall provide the following support services to the 81 TSS on the RCS ASAC.=20 Problem Report Support The contractor will provide telephone call-in support for any problem, issue, or information associated with maintenance and operation of ASAC during the warranty period. Product Update Once a year, Digicomp will provide an opprotunity to purchase an updated version of the software for the ASAC system Our site?s configuration files will be incorporated in the new version. Training on the new features delivered in the software update will be provided. Updates to the manuals will be provided. The contractor?s personnel will travel to your site to support the installation and training of this update. Customer Requested Enhancements The contractor will support activity or specific requests for enhancements to the ASAC as directed by the 81st TSS during the warranty period. Examples of this include customizing, modification or addition of new features. Other examples may include on-site system support during specific missions/exercises. Any travel to your site required as part of this support will be priced separately for your approval before making this trip. Please acknowledge all requirements on quotations. The government anticipates issuing a purchase order on a sole source basis with DIGICOMP RESEARCH CORP., 930 DANBY RD, ITHACA, NY 14850-5720 and/or their authorized distributors. This notice of intent is not a request for competitive proposals. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Offerors must provide brochures/literature of the items being offered along with their quote. The technical literature submitted needs to clearly communicate the offeror?s understanding and compliance with the minimum requirements as set forth in the specifications or any alternative proposal submitted in response to this RFQ. Discussions may or may not be held with offeror?s; therefore, each offeror?s initial proposal should be complete and accurate. FOB destination is required by the Government. FOB point is Lt. Joseph S. Harris,=20 325th Contracting Squadron,501 Illinois Avenue, Suite #5,Tyndall Air Force Base, Florida 32403. Phone-Commercial (850) 283-8619 and fax-Commercial (850) 283-3963 -email: joseph.harris@tyndall.af.mil . =20 The required delivery date is 27 August 2001. Contractor shall provide all materials, labor, and transportation necessary to complete this service. Offerors must provide warranty information specific to all equipment. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (AUG 1998), with the following: technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discounts, and delivery times; FAR 52.212-2, Evaluation, Commercial Items (MAR 1998). Award will be made to the offeror whose proposal represents the best value to the Government. The following factors shall be used to evaluate offers: best value to the government. Alternative proposals are encouraged. However, alternative proposals demonstrating technically expertise and superior performance will be considered. Offerors must provide along with their quote, information regarding past performance. Offerors must submit company names, addresses, telephone numbers, and names of contacts, contract numbers, and any other pertinent information to document past performance. This information must include at a minimum three contracts placed over the past three years. Past performance will be used to evaluate the contractor?s ability to perform. Past performance information should be submitted by Lt Joseph S. Harris, 325th Contracting Squadron,501 Illinois Avenue, Suite #5,Tyndall Air Force Base, Florida 32403. Phone-Commercial (850) 283-8619 and fax-Commercial (850) 283-3963, Email: joseph.harris@tyndall.af.mil . =20 OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JAN 1997) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. Contract Terms and Conditions -- Commercial Items. It is tailored as follows: subparagraph c is changed to read: ?Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government.? ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jun 1998); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt 1) (Oct 1995); FAR 52.222-26, Equal Opportunity (Deviation) (Apr 1984); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Apr 1988); FAR 52.225-18, European Sanction for End Products (Jan 1996); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; 52.247-34, F.O.B. Destination (Nov 1991). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Mar 1998); DFARS 252.225-7007, Buy American Act ? Trade Agreements ? Balance of Payment Program (Mar 1998); DFARS 252.225-7012, Preference for Certain Domestic Commodities (Sep 1997); DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act ? Balance of Payment Program (Mar 1998); DFARS 252.227-7015, Technical Data -- Commercial Items (Nov 1995); DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data (Nov 1995); DFARS 252.232-7009, Payment by Electronic Fund Transfer (Jun 1998); DFARS 252.243-7002, Certification of Requests for Equitable Adjustment (Jul 1997). Quotes should reference RFQ No.RF1008-0001. Offers must be sent in writing/fax to the Purchasing Agent Joseph S. Harris, 2Lt, USAF,Contract Manager 325th Contracting Squadron,501 Illinois Avenue, Suite #5,Tyndall Air Force Base, Florida 32403. Phone-Commercial (850) 283-8619 and Fax-Commercial (850) 283-3963 Email: joseph.harris@tyndall.af.mil . =20 no later than 2:00 P.M. on 27 AUGUST 2001.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AETC/TynAFBCS/Reference-Number-FU481912 120100/listing.html)
Record
Loren Data Corp. 20010814/SPMSC008.HTM (D-222 SN50U715)

SP - Special Notices Index  |  Issue Index |
Created on August 10, 2001 by Loren Data Corp. -- info@ld.com