Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2007 FBO #1986
SOLICITATION NOTICE

70 -- HUMAN-MACHINE INTERFACE DEVELOPMENT PACKAGE FOR FLIGHT SIMULATION

Notice Date
5/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA07196211Q-ACC
 
Response Due
5/14/2007
 
Archive Date
5/3/2008
 
Small Business Set-Aside
Total Small Business
 
Description
HUMAN-MACHINE INTERFACE DEVELOPMENT PACKAGE FOR FLIGHT SIMULATION ________________________________________ Synopsis/Solicitation Combo ? General Information Solicitation Number: NNA07196211Q(ACC) Posted Date: May 3, 2007 FedBizOpps Posted Date: May 3, 2007 Original Response Date: May 14, 2007 Current Response Date: Classification Code: 70 -- General purpose information technology equipment NAICS Code: 541511 - Custom Computer Programming Services Set-Aside Code: Total Small Business Contracting Office Address NASA/Ames Research Center, JA: M/S 241-1, Moffett Field, CA 94035-10000 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; offers are being requested and a written solicitation will not be issued. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-16. This notice is being issued as a Request for Quotations (RFQ) for the purchase of: Item No: 1 Description: Developer License with C++ code generator and annual support for each license Unit: ea Quantity: 2 Item No: 2 Description: Unlimited run-time license for multiple machines (> 10) during simulation operation Unit: ea Quantity: 1 Requirements for Items 1 and 2 The software shall support rapid development of human-machine interface for use in a real-time flight simulation laboratory via an interactive graphical user interface. This will include the development of head-down displays, head-up displays, moving maps, or any other user defined interface. The software shall allow for libraries of reusable objects for use in a real-time flight simulation environment. Examples may include multi-function displays (MFD), primary flight displays (PFD), or ADI ball. The software shall generate reusable C++ code for real-time execution. The software shall support run-time execution on multiple machines during simulation operation The software shall have non-proprietary data formats, interface, or scripting language. The software shall be compatible across multiple OS (Windows, Linux, IRIX) with no rework Software shall be compatible with legacy custom OpenGL code Delivery and Acceptance Item No.--Date Due-- Place of Delivery & Acceptance-- FOB Point 1-- 3 Weeks ARO--NASA Ames Research Center-- Destination 2-- 3 Weeks ARO--NASA Ames Research Center-- Destination All prospective contractors must be registered in the Central Contractor Registration Database prior to any award of a contract or purchase order. Register at http://www.ccr.gov . This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541511 and $23.0M respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items described above are due by 4:30 p.m. PDT, May 14, 2007 and may be emailed to Christopher.Signorino@nasa.gov or mailed to NASA AMES RESEARCH CENTER, Attn: Christopher Signorino, Mail Stop 241-1, Moffett Field, CA 94035-10000 (fax number 650-604-4646) and must 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product offered is other than domestic end product as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.225-1, 52.225-13, and 52.232.34. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The following NASA FAR Supplement (NFS) clauses are applicable: NFS 1852.215-84, Ombudsman, (Insert: Lewis Braxton (650) 604-5068); NFS 1852.223-72, Safety and Health (Short Form); NFS 1852.237-73, Release of Sensitive Information. All contractual and technical questions must be received via email to Christopher.Signorino@nasa.gov not later than May 7, 2007. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. Selection and award will be made to that offeror whose offer will be most advantageous to the government with consideration given to the factors of proposed technical merit, price and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://orca.bpn.gov/ . Please indicate on quotation if the vendor?s Representations and Certifications have been entered at ORCA. These representations and certifications will be incorporated by reference in any resultant contract. Offerors must currently be registered in the Central Contractor Registration (CCR). Further information about CCR registration can be accessed at http://www.ccr.gov Offerors must submit a completed ACH form with their quotation, with their firm?s banking information for the electronic funds transfer (EFT) or any future invoice payment. An ACH form is available at http://www.fms.treas.gov/pdf/3881.pdf All successful offerors must file a 2007 VETS-100 Report with the US Department of Labor, http://vets100.cudenver.edu Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#124642)
 
Record
SN01287271-W 20070505/070503221530 (fbodaily.com)
 
Source
FedBizOpps 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.