|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1996 PSA#1671U.S. ARMY SPACE COMMAND, ATTN: MOSC-SC, 1670 N. NEWPORT ROAD, STE 211,
COLO. SPRINGS, CO 80916-2749 70 -- MODULAR MISSION SUPPORT SYSTEM SOFTWARE PROGRAMS SOL
DASG62-96-R-0007 DUE 090996 POC Purchasing Agent TOMMI M. RUPE (719)
554-8821 (Site Code W81EUD) 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 (RFP) Number
DASG62-96-R-0007. This solilcitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 90-38. The Standard Industrial Classification Number is 7372,
and the Business Size Standard is 14.5 M. This acquisition will be
procured on an unrestricted basis. Delivery is FOB destination to US
Army Space Command, Attention: MOSC-SC, 1670 North Newport Rd, Colorado
Springs, Colorado 80916. Delivery is required no later than 15 days
after award. DESCRIPTION: Four (4) each - Modular Mission Support
System (MMSS) Software Programs (Laptop Visualization Device (LVD), or
equal, with the following functional and physical characteristics:
Must be able to load data in standard Defense Mapping Agency (DMA)
formats as well as into NITF Version 2.0; Must be able to load both
panchromatic and multispectral imagery using ERDAS Imagine (.img)
format; Capable of displaying imagery in 2D and 3D views; Capable of
generating perspective views within a minimum of 30 seconds, or faster
per view; Capable of creating routes which then generate a perspective
movie of the imagery; Movie should be a ''step-through'' which does NOT
need to be a continuos ''fly-through''; Movie generation should be done
to a standard equal to that required for individual perspective views;
Capable of annotating the imagery and displaying those annotations in
the perspective views and movies; Software shall have access to
standard U.S. Army symbology; The ''step-through'' generation must be
accomplished on a LVD PC laptop and not require file transmission from
another computer; Current LVD PC laptops are Toshiba Satellite Pros
with 24MB RAM, 750MB Hard Disk, 90Mhz, Screen resolution of 800 X 600,
and Windows 95, Windows NT or Windows 3.1 software. Warranty and
upgrade capability must be equal to or better than a standard one year
commercial warranty. FAR provision 52.212-1, Instructions to
Offerors-Commercial, applies to this acquisition, with the following
addenda: Per FAR 12.603(b) the SF 1449 is not used. Paragraph (c),
Period of acceptance of offers - Offeror agrees to hold the prices in
its offer firm for 60 days. Any interested/qualified sources who
believe they can provide the required equipment must respond no later
than 2:00 PM, Mountain time, September 09, 1996. All such responses
will be evaluated in order to determine the ability to meet the above
stated capabilities. The Government will award a contract resulting
from this Request for Proposal to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the
Government price and other factors considered. The following evaluation
criteria shall be used to evaluate offers; (1) Technical Capability -
ability to provide the products stated herein of the same or better
functional and physical characteristics; (2) Schedule - ability to meet
or exceed required delivery dates; (3) Past Performance - ability to
consistently deliver and maintain, during term of warranty, quality
products in a timely manner; (4) Total Proposed Price. Evaluation
Criteria is listed in descending order of importance. Technical is
slightly more important than schedule. Schedule is not quite twice as
important as past performance. Past performance is half again as
important as price. The Offeror shall clearly demonstrate how the
products/service proposed meets the requirements set forth herein. The
Offeror shall provide a catalog cut sheet/brochure with current
pricing. The Government will only consider the information provided in
the offeror's proposal. Responses may include literature, brochures,
and other such information corresponding to the required items which
demonstrates the capabilities of the offeror's equipment. Special
attention is directed to FAR 52.212-1 (b)(4). Failure to submit
technical specifications for evaluation may render the offer
nonresponsive. Offerors shall include a completed copy of the FAR
provision at 52.212-3, Offeror Representations and
Certifications-Commercial Items, with their offer. FAR clause 52.212-4,
Contract Terms and Conditions-Commercial Items, applies to this
acquisition. FAR clause 52.212.-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items,
applies to this acquisition, along with the following additional FAR
clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action
for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative
Action for Handicapped Workers, 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy
American Act - Supplies, 52.225-21, Buy American Act-North American
Free Trade Agreement Implementation Act-Balance of Payments Program.
DFARS clause 252.227-7013, Rights in Technical Data and Computer
Software. Offers sent via the US Postal Service should be mailed to US
Army Space Command, ATTN: MOSC-SC, 1670 N. Newport Rd, Colorado
Springs, Colorado 80916. All RFP's not sent through the US Mail will be
considered hand carried and direct delivered. Hand carried RFP's must
be delivered directly to US Army Space Command. Offerors are
responsible for ensuring offers are received no later than the
date/time set forth herein. The point of contact for all information
regarding this acquisition is Tommi Rupe at (719) 554-8821. (0242) Loren Data Corp. http://www.ld.com (SYN# 0324 19960830\70-0001.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|