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