|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 29,1998 PSA#2084Naval Air Warfare Center TSD, Code 27, 12350 Research Parkway, Orlando,
FL 32826-3275 70 -- INSTRUCTIONAL DELIVERY SYSTEM SOL N61339-98-Q-0397 DUE 051198
POC JEANNE MORRISON, Contracting Officer 407/380-4052 This 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 competitive
solicitation is issued as a result of responses received to Synopsis
No. 179757 and constitutes the only solicitation; quotations are being
requested and a written solicitation will not be issued. Solicitation
number N61339-98-Q-0397 is re-issued as a competitive request for
quotation (RFQ). All references to "offers" are understood to be
"quotations". The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-3.
The system requirements of this instructional delivery system are as
follows: (a) Response Pad/Keypad: (1) Keypad: Receiver unit is dual
conversion superset for sensitivity, stability and selectivity.
Transmitter is a single transistor using FM modulation. (2) Keypad
Membrane: Flexible faceplate has twelve keys (a "CLEAR" key, a "user
defined" key, and ten functional keys numbered 1-10). Additional
response options, "YES" and "NO," are on keys 1 and 2, and letters A-E
are on keys 1-5. (3) Circuitry: Entirely solid state using a CMOS
micro-controller, silicon transistors, and FETs. Communication between
keypads and interface unit is crystal referenced. (4) Power Supply:
Keypads are powered by a standard 9-volt alkaline battery. Power supply
is internally regulated to ensure predictable operation. Battery should
provide enough power for at least 10,000 questions or two years,
whichever comes first. (5) Enclosure: Keypads are constructed of ABS
plastic and measure 1-3/8" high x 3" wide x 6-11/16" long. (b) Receiver
Unit/Integrating the keypads into the software: (1) Capacity: Each
receiver supports up to 250 keypads. Eight channels are available for
a combined capacity of 2,000 keypads. Classrooms on the same channel
need to be about 200 feet apart to avoid interference. (2)
Compatibility: Includes a microprocessor-controlled RS-232C serial
interface which makes the system compatible with all PCs. (3)
Performance: Keypads are interrogated in sequence. Up to 250 keypad
responses can be processed in 3 seconds. (4) Range: System provides
reliable operation in an area large enough to reach an audience of 250.
(c) Software: (1) Submitting and receiving input from each participant:
The polling software is required to work under Microsoft operating
system Windows 95 and Windows NT. The software display is required to
be able to switch between from the primary monitor to the secondary
monitor at the instructor server. The software integrates the hardware
into the system and allows the following functions: Question entry
into a database and delivery of those questions to students with
immediate feedback via the student response pads. Also will need to
incorporate tracking of each individual student with a keypad. Question
entry into a Jeopardy-like game and delivery of those questions to
students with immediate feedback via the student responsepads. Also
will need to incorporate tracking of each individual student with a
keypad. Question entry into a database where the delivery is integrated
into a separate program (PowerPoint, Word, etc.) and delivery of those
questions to students with immediate feedback via the student response
pads. Also will need to incorporate tracking of each individual student
with a keypad. Any questions in database need to be able to be
integrated into a stand-alone paper test/asynchronous computerized
test. These tests are created dynamically by the instructor using a
wizard to select questions resident in the database. The entire system
facilitates instructors getting immediate feedback from every student
using the software to integrate keypad usage. Delivery is to be made
FOB Destination by 27 May 1998 to: 48 response pads, 2 receivers and 2
copies of the polling software to Fleet ASW Training Center, San
Diego, CA 92136; 308 response pads, 11 receivers and 11 copies of the
polling software to NAWCTSD, Great Lakes, IL60088; 100 response pads,
4 receivers and 4 copies of the polling software to Naval Technical
Training Center, Meridian, MS 39309; 26 response pads, 1 receiver and
1 copy of the polling software to Naval Construction Training Center,
Port Hueneme, CA 93043. Acceptance shall be made at destination. FAR
52.212-1, "Instructions to Offerors-Commercial Items" is incorporated
by reference and applies to this acquisition. FAR 52.212-2, "Evaluation
-Commercial Items" applies. (a) The Government will award a purchase
order resulting from this RFQ to the responsible offeror whose
quotation conforming to the solicitation will be most advantageous to
the Government, price and other factors considered. The following
factors will be used to evaluate quotations in descending order of
importance: (1) technical capability of the item/service offered to
meet the Government requirements and (2) price. Technical capability
will be evaluated by how well the proposed products meet the
Government's requirements. The technical evaluation will include
examination of product literature, polling software, and warranty
provisions. The technical evaluation of the polling software will be
performed using hardware the Government already owns. The hardware the
Government will use for the technical evaluation is the "Reply"
cordless response system manufactured by Fleetwood. Bidders are
requested to provide information and samples with their quotation.
Samples will be returned if requested, approximately 45 days after
contract award. Offerors shall include a completed copy of the
provision at FAR 52.212-3, "Offeror Representations and Certifications
-- Commercial Items" with its quotation. In addition, offerors shall
include a completed copy of the provision at DFARS 252.212-7000,
"Offeror Representations and Certifications -- Commercial Items"; FAR
52.204-6, "Contractor Identification Number-Data Universal Numbering
System (DUNS) Number" applies. "Year 2000 Warranty -- Commercial Supply
Products Warranty (Aug 97)" applies as follows: The contractor warrants
that each hardware, software, and firmware product delivered under this
contract shall be able to accurately process date/time data (including,
but not limited to, calculating, comparing, and sequencing) from, into,
and between the twentieth and twenty-first centuries, and the years
1999 and 2000 and leap year calculations to the extent that other
information technology, used in combination with the information
technology being acquired, properly exchanges date/time data with it.
If the contract requires that specific listed products must perform as
a system in accordance with the foregoing warranty, then that warranty
shall apply to those listed products as a system. The duration of this
warranty and the remedies available to the Government for breach of
this warranty shall be as defined in, and subject to, the terms and
limitations of the contractor's standard commercial warranty or
warranties contained in this contract, provided that notwithstanding
any provision to the contrary in such commercial warranty or
warranties, the remedies available to the Government under this
warranty shall include repair or replacement of any listed product
whose non-compliance is discovered and made known to the contractor in
writing within ninety (90) days after acceptance. Nothing in this
warranty shall be construed to limit any rights or remedies the
Government may otherwise have under this contract with respect to
defects other than Year 2000 performance. FAR 52.212-4, "Contract Terms
and Conditions -- Commercial Items" is incorporated by reference and
applies to this acquisition and resulting purchase order. The following
terms and conditions are added as an addendum to this clause. The
resulting purchase order will be a firm-fixed-price purchase order. FAR
52.212-5, "Contract Terms and Conditions Required To Implement Statues
or Executive Orders -- Commercial Items" applies to this acquisition
along with the following additional FAR clauses, cited in clause
52.212-5: 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";
52.225-18, "European Union Sanction for End Products"; 52.203-6
"Restrictions on Subcontractor Sales to the Government"; 52.203-10,
"Price or Fee Adjustment for Illegal or Improper Activity"; 52.219-14,
"Limitation on Subcontracting"; 52.239-1, "Privacy or Security
Safeguards". DFARS 252.212-7001, "Contract Terms and Conditions
Required To Implement Statues or Executive Orders Applicable to Defense
Acquisitions of Commercial Items" applies to this acquisition along
with the following additional DFARS clauses, cited in clause
252.212-7001: 252.205-7000 "Provision for Information to Cooperative
Agreement Holders"; 252.206-7000 "Domestic Source Restriction";
252.225-7001 "Buy American Act and Balance of Payment Program";
252.225-7007 "Trade Agreements"; 252.225-7012 "Preference ofCertain
Domestic Commodities"; 252.225-7036 "North American Free Trade
Agreement Implementation"; 252.227-7015 "Technical Data-Commercial
Items". Quotations are due on 11 May 1998 at 1700 Naval Air Warfare
Center, Training Systems Division, Code 27223, 12350 Research Parkway,
Orlando, FL 32826-3275, Phone: 407/380-4052; FAX: 407/380-8318. The
point of contact for any information regarding this acquisition is
Jeanne Morrison, Contracting Officer at the above-listed address. THIS
COMBINED SYNOPSIS/SOLICITATION REPLACES THE ONE POSTED ON 21 APR 1998
UNDER THE SAME SOLICITATION NUMBER. (0117) Loren Data Corp. http://www.ld.com (SYN# 0273 19980429\70-0007.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|