Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 9, 2001 PSA #2825
SOLICITATIONS

D -- HYPERSIZER PRO AND ADP SOFTWARE MAINTENANCE

Notice Date
April 5, 2001
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
ZIP Code
23681-0001
Solicitation Number
1-011-RA.1599
Response Due
April 20, 2001
Point of Contact
Marie W. Hamann, Purchasing Agent, Phone (757) 864-2258, Fax (757) 864-7709, Email m.w.hamann@larc.nasa.gov -- Susan E. McClain, Contracting Officer, Phone (757) 864-8687, Fax (757) 864-8863, Email s.e.mcclain@larc.nasa.gov
E-Mail Address
Marie W. Hamann (m.w.hamann@larc.nasa.gov)
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The Government intends to acquire a commercial item using FAR Part 12. NASA Langley Research Center plans to procure the following from Collier Research Corporation as the only known source who can satisfy agency requirements. Collier is the sole proprietor of the HyperSizer PRO Server License and upgrades. This software is used to perform structural sizing for vehicle systems studies and for detailed structural component failure mode assessment. Hypersize is the only know program that can interface with NASA's existing IDEAS software. 1. 1 Each -- HyperSizer PRO server license upgrade from single computer license. 2. 3 Each -- HyperSizer PRO server license. 3. 1 Each -- Monthly Maintenance for item 1 through 12/31/01. 4. 3 Each -- Maintenance for item 2 through 12/31/01. 5. Option -- Monthly Maintenance for Item 1 from 1/1/02 through 12/31/02. 6. Option -- Monthly Maintenance for Item 2 from 1/1/02 through 12/31/02. 7. Option -- Monthly Maintenance for Item 1 from 1/1/03 through 12/31/03. 8. Option -- Monthly Maintenance for Item 2 from 1/1/03 through 12/31/03. 9. Option -- Monthly Maintenance for Item 1 from 1/1/04 through 12/31/04. 10. Option -- Monthly Maintenance for Item 2 from 1/1/04 through 12/31/04 11. Option -- Monthly Maintenance for Item 1 from 1/1/05 through 12/31/05. 12. Option -- Monthly Maintenance for Item 2 from 1/1/05 through 12/31/05. The provisions and clauses in the RFQ are those in effect through FAC 97-23. Interested organiations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m., local time on April 16, 2001. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on full and open competition basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. The NAICS Code and the small business size standard for this procurement are 42134 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Langley Research Center is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A7. Quotations for the items(s) described above are due by COB April 20, 2001 and may be mailed or faxed to Marie W. Hamann, NASA Langley Research Center, Mail Stop 126, Hampton, VA 23681 FAX (757) 864-6881, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3 Alternate I; 52.232-34; 52.217-9 Option to Extend the Term of the Contract shall not exceed five (5) years and is applicable to maintenance only. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than April 13, 2001. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-011-RA.1599)
Record
Loren Data Corp. 20010409/DSOL009.HTM (D-095 SN50I4A6)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on April 5, 2001 by Loren Data Corp. -- info@ld.com