Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1997 PSA#1959

NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

D -- SOFTWARE MAINTENANCE SUPPORT FOR THE UNITARY WIND TUNNEL INTEGRATED SYSTEMS TEST (IST). SOL RFQ2-36857-JRC DUE 110797 POC J.R. Carpentier, Contract Specialist, Phone (650) 604-3011, Fax (650) 604-4646, Email jcarpentier@mail.arc.nasa.gov -- Lela A. Stawicki, Contract Specialist, Phone (650)604-3005, Fax (650)604-4646, Email lstawicki@mail.arc.nasa.gov WEB: Click here for the latest information about this notice, http://procurement.nasa.gov/EPS/ARC/date.html#RFQ2-36857-JRC. E-MAIL: J.R. Carpentier, jcarpentier@mail.arc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The Government intends to negotiate this acquisition on a sole-source basis with LMS North America, Huntington Beach, CA., as compatibility with existing equipment is essential, the LMS software is proprietary in nature, and no other software system can provide the required support. Products required to be delivered: Product: 1. LMS P/N: X-P00.01.1, CADA-X-KERNEL. Support for 3 systems for 12 mo. ARO. 2. LMS P/N: X-P00.03.1, Geometry Privileges. Support for 2 systems for 12 mo. ARO. 3. LMS P/N: X-P00.99.1, Networking Privileges. Support for 2 systems for 12 mo. ARO. 4. LMS P/N: X-V00.02.1, Front-end Driver. Support for 1 system for 12 mo. ARO. 5. LMS P/N: X-P12.01.2, Fourier Monitor Data Processing, Support for 3 systems for 12 mo. ARO. 6. LMS P/N: X-V12.02.3, General Acquisition Monitor, Support for 1 system for 12 mo. ARO. The provisions and clauses in the RFQ are those in effect through FAC 97-02. As per Numbered Note 1, this procurement is a total small business set aside. The SIC code and the small business size standard for this procurement are 7372 and $18 mil., respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Maintenance support to NASA/Ames Research Center, Bldg. N227, Room 154, Moffett Field, CA. 94035 is required for 12 months ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A7. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact by 3:30 p.m. PST on 11-6-97 including 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. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: ftp://procure.msfc.nasa.gov/pub/reps_certs/sats Quoters shall provide the information required by FAR 52.212-1. FAR 52.212-4 is applicable, and is incorporated by reference. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 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 the Vietnam Era 52.225-3, Buy American Act -- Supplies Questions regarding this acquisition must be submitted in writing to J.R. Carpentier, NASA/Ames, Mail Stop 241-1, Moffet Field, CA. 94035-1000, FAX: (650) 604-4646, no later than 10-31-97. Quotations are due by 3:30 p.m. PST, 11-7-97 to the address specified above and to the attention of J.R. Carpentier/Mail Stop 241-1, NASA/Ames Research Center, Moffett Field, CA. 94035. The Government intends to award based on the lowest price, technically acceptable offer. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman hasbeen appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0295)

Loren Data Corp. http://www.ld.com (SYN# 0014 19971027\D-0002.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page