Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2004 FBO #0825
SOLICITATION NOTICE

70 -- Upgrade Eagle Vision II (EV2) System/Subsystems Hardware and Software

Notice Date
2/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
US Army Space Command, ATTN: SMDC-AR-CM, 1670 North Newport Road, Suite 211, Colorado Springs, CO 80916-2749
 
ZIP Code
80916-2749
 
Solicitation Number
W91260-04-T-0004
 
Response Due
3/3/2004
 
Archive Date
5/2/2004
 
Point of Contact
George P Knowlton IV, 719-554-1967
 
E-Mail Address
US Army Space Command
(george.knowlton@arspace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 solicitation is issued as Request for Quote (RFQ) Number W91260-04-T-0004 and is unrestricted. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. Standard Industrial C lassification number is 5045. NAICS number is 423430. Business Size Standard is 500 employees. DESCRIPTION: Upgrade Eagle Vision II (EV2) System/Subsystems hardware and software and provide integration, testing and support services. The following specifications are issued as Brand Name or equal specifications. With that, the term “or equal⠝ is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. The offeror shall deliver and install, integrate, and test all EV2 system/subsystems upgrade hardware and software for G3 SORC located in Bldg 3 no later than 05 April 2004, to include all associated parts, components, and hardware, as described below in Contract Line Item Numbers (CLIN) 0001 through CLIN 0007. The following integrated configuration has been provided . Offerors shall structure their proposal to include a price for: Upgrade EV2 System/Subsystems Hardware: CLIN 0001 - Vexcel Ion™ Ingest Circuit Card Assembly. QTY: 2 Each. CLIN 0002 - Vexcel Ion™ Export Circuit Card Assembly. QTY: 1 Each. CLIN 0003 - Vexcel Programmable Clock Circuit Card Assembly. QTY: 1 Each CLIN 0004 - Vexcel Apex™ Fan-out Switch. QTY: 1 Each. Upgrade EV2 System/Subsystems DAS Software: CLIN 0005 – Upgrade EV2 Data Capture Subsystem Software: Vexcel DCS Software, including VxDCS software and drivers, and Scroll™ waterfall display for SPOT-2/4. Vexcel P/N DCS-SW.1 or Equal. QTY: 1 Lot CLIN 0006 – Upgrade EV2 Product Generation Subsystem Software: Vexcel Processing Software for SPOT-2/4 and Radarsat-1, including SKY™ software - Level 0 processor for Spot-2/4 and Radarsat-1, FOCUS™- Level 1 strip-map processor for Radarsat -1, SWATH™- Level 1 ScanSAR processor for Radarsat-1, SPOTPro™ - Level 1 processor for SPOT-2/4, and QuickView™ software - browse image processor for SPOT-2/4 Radarsat-1. Vexcel P/N DPS-SW.1 or Equal. QTY: 1 Lot CLIN 0007 – Upgrade EV2 Control Catalog and Archive Subsystem Software: Vexcel CCA Software, including Embedded Oracle RDBMS license, ApexCommander™ management system, EarthFinder™ catalog browser and product order interface for Radarsat-1 and SPOT-2/4, and APEXArchiver™ hierarchical storage manager. Vexcel P/N CCA.SW.1 or Equal. QTY: 1 Lot CLIN 0008 – DAS Integration and Services: The offeror shall provide installation, delivery, integration, testing, program management, and customer support services and Warranty for EV2 system/subsystems hardware and software upgrades described in CLIN 0001 – 0007 above; including: subsystem integration and testing, factory integration and testing, program management, documentation set (including: requirements specification, acceptance test plan, subsystem technical manuals, user’s manual, and training materials), acceptance testing, FOB Destination delivery to SDMC-AR-LO-S Peterson AFB CO 80914, installation, testing and verification on-site in Bldg 3 Peterson AFB CO, one (1) week on-site (Peterson AFB CO) training support, and one year custom er support, maintenance and warranty. QTY: 1 Lot Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offer or’s quote. Products and/or services not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other info rmation required to substantiate the offeror’s claims shall be provided with the offeror’s quote. Manufacturer’s standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are desired to be delivered FOB Destination and installation, acceptance testing and verification required to be completed no later than 05 Apr 2004, which presumes contract award no later than 05 Mar 2004. Delivery/Acceptance point is HQ US Army Space Command, SMDC-AR-LO- S, Bldg 3, 350 Vandenberg Street, Peterson Air Force Base, Colorado 80914. Government workdays are between the hours of 0730 and 1630 MT. 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. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified small business sources that believe they can prov ide the required upgrade hardware, software, and services must respond no later than 2:00 PM, Mountain Time, 03 Mar 2004. Award is anticipated no later than 05 Mar 2004. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items . 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) Delivery Schedule - ability to meet or exce ed required delivery/installation completion dates; (3) Total Proposed Price, inclusive of warranty price – most advantageous price considering all other factors; and (4) Past Performance - ability to consistently deliver and maintain, during term of warranty, quality products and technical support in a timely manner. Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal informati on (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror’s that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Offeror shall provide a minimum of 3 reference s to which the same or similar products and services have been delivered within the last 2 years. References shall include the product/services delivered, contract number, date of contract award, date of acceptance by the receiving organization, contracti ng office point of contact, technical office point of contact, current telephone and fax numbers for both, and statement regarding problems with the product, contract and/or delivery. The Government will only consider the information provided in the offe ror’s proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for e valuation may render the offer nonresponsive. Offerors shall include a fully executed 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, applie s 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, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-700 1, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notificat ion of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space Command, ATTN: SMDC-CM-S, 350 Vandenberg Street, Peterson AFB, Colorado 80914. All RFP’s not sent through the US Mail will be considere d hand carried and subject to FAR 15.412. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt - see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensur ing proposals are received no later than 2:00 PM MT, 03 Mar 2004. The point of contact for all information regarding this acquisition is George P. Knowlton at (719) 554-1967, fax (719) 554-8405 or at e-mail at george.knowlton@arspace.army.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/SMDC/DASG62/W91260-04-T-0004/listing.html)
 
Place of Performance
Address: US Army Space Command ATTN: SMDC-AR-LO-S, Bldg 3, 350 Vandenberg Street Peterson AFB CO
Zip Code: 80914
Country: US
 
Record
SN00533251-F 20040229/040227234119 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.