COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13, 2001 PSA #2913
SOLICITATIONS
69 -- VIRTUAL REALITY PARACHUTE SIMULAATOR
- Notice Date
- August 9, 2001
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, (USASOC), ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- USZA92-01-Q-0018
- Response Due
- August 31, 2001
- Point of Contact
- Jane Sutherlin, Contracting Officer, Phone 910-432-2146, Fax 910-432-9345, Email sutherlj@soc.mil -- Karen Glass, Contracting Officer, Phone 910-432-6145, Fax 910-432-9345, Email glasska@soc.mil
- Description
- The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for the Purchase, Delivery and Installation of a three (3) each virtual reality parachute training simulator. This 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. All quotes must reference the Request for Quotation number USZA92-01-Q-0018. Solicitation document and incorporated provisions and clauses are those in effect through FAC 97-23. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 334290. The size standard is 750 employees. This requirement is 100% set aside for small business. Each requirement shall meet the following minimum specifications. REQUIREMENTS. The Virtual Reality system shall teach basic and advanced canopy flight skills for operational parachutists and military aircrew for use in emergencies. The system shall include adequate equipment for student and instructor including screens software graphics cards, headsets, joysticks and any other components to provide complete systems. This is a Brand Name or equal purchase. The Brand Name considered capable of meeting the specifications is Systems Technology, Inc. Hawthorne, CA Model PCCTS-4-STKC. The simulator is to train on the operation of the SF-10A parachute manufactured by Irvin Aerospace, Inc., Hope Mills, NC. Contractors are encouraged to propose more than one product that will meet the government need. The contracting officer will evaluate each product as a separate offer. DELIVERY/ ACCEPTANCE POINT: Delivery and installation location is One system delivered and installed at Fort Lewis, Washington; One system delivered and installed at Fort Campbell, Kentucky and One system delivered and installed at Fort Bragg, North Carolina and shall be completed 28 February 2002. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph "a" of the provision: "Quotes will be evaluated as to technical acceptability, delivery, price, and past performance. Technical acceptability will be determined by the government during technical review. Vendors shall submit clear item specifications and drawings to be used in the government technical review as well as a narrative of the processes to be used to accomplish the installation. A best value award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government."; 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Jane Sutherlin), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 31 August 2001. Fax submissions will be accepted at (910) 432-9345. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include price, proposed specifications, proposed installation date, and drawings, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the CBD the same as this combined synopsis/ solicitation. Point of contact for this requirement is Ms. Jane H. Sutherlin, Contracting Officer at (910) 432-2146.=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/ODA/USSOCOM/FortBraggNC/USZA92-01-Q-0018/lis ting.html)
- Record
- Loren Data Corp. 20010813/69SOL001.HTM (D-221 SN50U4K0)
| 69 - Training Aids and Devices Index
|
Issue Index |
Created on August 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|