Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 11,1998 PSA#2049

Defense Information Systems Agency, DITCO-NCR, 701 South Court House Road, Arlington, VA 22204-2199

D -- INFORMATION TECHNOLOGY SOFTWARE SUPPORT SOL DCA100-98-Q-0027 DUE 031998 POC Danny W. Lester, Contract Specialist, 703/6076918, Major Brenda Y. Thomas, USAF, Contracting Officer, 703/607-6905 FAX: 703/607-4340 This a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart126, as supplemented with additional information included in this noticed. THIS ANNOUNCEMENT CONSTSUTES THE ONLY SOLICIATION, A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Defense Information Systems Agency intends to negotiate a sole source contract with the Institute for Physical Sciences, Los Alamos, New Mexico. DISA intends to make an operational module / object to evaluate the extent of an Information Warfare (IW) attack is detectable as part of an IW simulation for the Office of the Deputy Director for C4I Modeling, Simulation and Assessment (D8), Defense Information Systems Agency (DISA). This acquisition is for Horde simulation adaptation. The Contractor shall perform the following tasks: create a plan of adaptation, deliver periodic reports on progress, modify the HORDE simulation as follows: create the ability to "toggle" on/off all the myriad features. Categorize the various cellular automata options according to IW mechanism represented. Create a "user-friendly" interface which facilities the exchange of results and inputs between HORDE and the main line IW simulation vehicle. Adapt the reaction kinetics to reflect IW interactions. Make the choice of breeding strategies reflective of IW realities. Develop Turing machine computability options. Place of performance will be the Contractor's site. The following are the deliverables with due dates: Deliver Work Plan of Adaptation, 14 days. Deliver progress Reports, every 45 days. Demonstrate successful adaptations 150 days. Deliver revamped HORDE code, 170 days. Deliver Final Technical report, 180 days. Travel requirements: one-round-trip to Washington DC for one individual. Travel shall be in accordance with FAR 31.205, the Contractor must obtain Government approval before incurring travel costs. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03 The StandardClassification is 3577 and the Size Standard is 1,000 employees. Delivery will be to Defense Information Systems Agency, D81, 701 South Courthouse Road, Arlington, VA 22204-2199. Prices will be FOB Destination. The Contractor's standard commercial warranty is applicable. The period of performance is expected to be 180 days. Prices will be FOB destination. YEAR 2000 COMPLIANCE INFORMATION TECHNOLOGY (NOV 1997) The information technology to be acquired under this contract must provide continuity of operations from the service date through the twenty-first century, without failure or interruption. Accordingly, companies desiring to be considered for this contract shall confirm that all telecommunication services, equipment, and systems and/or computer hardware, firmware, and software to be utilized in or provided under this contract, including those portions to be provided by any subcontractor, are Year 2000 compliant. In the event a company's information technology is not currently Year 2000 compliant, the company is requested to identify the date that Year 2000 compliance will be achieved. Any company unable or unwilling to confirm that its information technology is year 2000 compliant may not be considered for this contract. Year 2000 compliant, as used in this part, 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 leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. The contractors proposal shall indicate one of the following: [ ]Year 2000 compliant. All information technology to be provided under this contract is confirmed to be Year 2000 compliant. [ ]Not currently Year 2000 compliant. However, Year 2000 compliance will be achieved on _&llmdash; __ __ __ __ __. All information technology provided under this contract shall be confirmed to be Year 2000 compliant not later than the date shown above. [ ]Not Year 2000 compliant. Information technology to be provided under this contract cannot be confirmed to be Year 2000 compliant. The following FAR Part 12 clauses apply: 1) FAR 52.212-1, Instructions to Offerors-Commercial Items (no additional instructions other than noted above), 2) 52.212-4, Contract Terms and Conditions; 3) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, additional terms: 52.222-26, 52.222-35, 52.222-36, 52.222-37; 4) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, additional terms: 252.225-7001, 252-227-7015, 252.233-7000; 5) A completed copy of FAR 52.212-3 and DFAR 252.212-700, Offeror Representations and Certifications-Commercial Items must be submitted with offer. Payment will be made to Defense Finance and Accounting Service, Pensacola, FL. Interested persons may identify their interest and capability to respond to the requirement or submit proposals within 15 days following publication of this notice to the following address not later than 3 P.M.: Danny W. Lester, Contract Specialist, (703) 607-6918; Major Brenda Y. Thomas, Contracting Officer, (703) 607-6905. This notice of intent is not a request for competitive proposals. This requirement is being issued by authority of 10 U.S.C. 2304 (C)(1). SEE Note 22. (0068)

Loren Data Corp. http://www.ld.com (SYN# 0026 19980311\D-0005.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page