Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 24,1997 PSA#1768

Naval Research Laboratory, Attn: Code 3240, 4555 Overlook Ave., S.W. Washington, DC 20375-5326

A -- SURROUND SCREEN PROJECTION SYSTEM SOL N00014-97-R-MS02 DUE 021997 POC Mary Sandy, Contract Specialist, Code 3240.MS. F. Janilea Bays Contracting Officer, (202) 767-3710 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, No. N00014-97-R-MS02, is issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-41. This acquisition is 100% set a-side for small business. The small business size standard for this acquisition is 500 employees and the standard industry code (SIC) is 3861. The Naval Research Laboratory has the following requirement for a room-size surround screen projection system for use in virtual reality research. Item 1: The contractor shall provide (1) one room size surround screen projection system in accordance with the following specifications (1) Provide projection capability for three vertical screens and the floor (2) Minimum acceptable size for the vertical screens is 7'6" tall by 10' wide (3) Minimum acceptable size for the floor is 10' x 10' (4) Rear projection is required for the vertical screens, and front projection is permitted on the floor (5) Stereoscopic projection using LCD shutter glasses is required on all screens (6) An electromagnetic tracking input device with at least two channels that provides accurate tracking throughout the entire space is required (7) For spatial sound output, at least four audio speakers with amplifiers must be provided. (8) Must provide cabling to a single equipment rack from all projectors and peripheral equipment (9) The surround screen projection system must fit in an area 32' wide by 25' deep by 10' 10" high. (10) Power requirements for all equipment must not exceed six 20 amp 110 volt circuits (11) The contractor shall install and set-up the system which includes focusing, alignment, and calibration of all components. Item 2: The contractor shall provide operating manuals and standard commercial warranty information. The required delivery date is 90 days after award of contract. The contractor shall deliver the system to Naval Research Laboratory, 4555 Overlook Avenue, Building 34, Washington, D.C. 20375. The contractor shall deliver the system FOB destination and acceptance will be made in accordance with FAR 52.212-4. Offerors are advised to propose in accordance with the provision FAR 52.212-1, Instructions to Offerors -- Commercial. Offerors will be evaluated in accordance with FAR 52.212-2, Evaluation-Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is (1) technical capability of the item offered to meet the Government requirement; (2) price; and (3) past performance. Technical and past performance, when combined, are of equal importance compared to price. Offerors must provide a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification- Commercial Items with its offer. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The additional clauses cited under FAR 52.212-5 that are applicable to this acquisition are FAR 52.203-06, FAR 52.203-10, FAR 52.219-8, FAR 52.219-14, FAR 52.222-26, FAR 52.222-35, FAR 52.222-37, FAR 52.225-03, and FAR 52.225-18. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited under DFARS 252.212-7001 that are applicable to this acquisition are: DFARS 252.219-7006, DFARS 252.225-7012, and DFARS 252.233-7000. The clause DFARS 252.212-7000, Offeror Representation and Certifications Commercial Items applies to this acquisition. The clause FAR 52.237-1, Site Visit, applies to this acquisition. A site visit will be conducted on 04 February 1997 at 10:00 a.m. Offerors must contract Janet Croghan (202) 767-0839 or Mary Sandy (202) 767-3710 on or before 03 February 1997 to be scheduled to attend the site visit at the Naval Research Laboratory. No cameras, firearms or alcoholic beverages are allowed on the Laboratory. Proof of U.S. Citizenship is required. Offerors who schedule to attend the site visit must obtain security badges at building 72 of the Naval Research Laboratory and meet at Building 34 by 9:45 a.m. Questions WILL NOT be answered during the Site Visit. All questions must be submitted in writing at the site visit or by 07 February 1997 via facsimile on (202) 767-5896 or 6197. Inquiries must contain the Solicitation Number N00014-97-R-MS02, and be addressed to the attention of Code 3240, Mary Sandy. Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities an Allocations system (DPAS). Numbered Note 1 applies to this requirement. Offers must be delivered to: Contracting Officer, Code 3240.MS, Bldg. 222 Rm. 115, Naval Research Laboratory, 4555 Overlook Avenue. SW, Washington, DC 20375-5326. Offers must be received no later than 4:00 P.M. EST on 18 February 1997. The package should be marked: RFP N00014-97-R-MS02, Closing date 02/18/97. For additional information regarding this solicitation please contract Mary Sandy, Contract Specialist, at (202) 767-3710. All responsible sources may submit a proposal which shall be considered by the agency. (0022)

Loren Data Corp. http://www.ld.com (SYN# 0011 19970124\A-0011.SOL)


A - Research and Development Index Page