|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#210250 CONS/LGCW, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649 76 -- SOFTWARE DEVELOPMENT PLAN SOL FA2550 98 Q0588 DUE 052993 POC
TSgt Keeling, 719 567 3825, fax: 719 567 3809 E-MAIL: TSgt Debra
Keeling, keelinda@fafb.af.mil. (i) 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; quotes are being requested and a written
solicitation will not be issued. (ii) The solicitation number is FA2550
98 Q0588and is issued as a request for quotation (RFQ). (iii) The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-04 and Defense
Acquisition Circular 91-13. (iv) This acquisition is unrestricted. The
Standard Industrial Code is 7379 with $18M. (v) CLIN 0001 is a
software development plan for a crew training emulator (CTE) to include
the following: Product Sustainment Plan, Engineering Analysis Process,
Design Process, Development Process, Test Process, Estimation/Schedule
Process, Problem Resolution Process, Inspection/Peer Review Process,
and User Manual Maintenance Process. Thedocumentation set is to be
delivered on CD-ROM in Microsoft Word 95 or compatible format. $__ __
___. (vi) It is strongly recommended that both the CTE Source Code and
the Satellite Operations Training Systems Systems/Subsystem
Specification are reviewed before providing your quote to this office.
You can view both of these on the Falcon AFB Web Page at
"www.fafb.af.mil/50cons/support.htm". (vii) This item will be delivered
complete with all terms FOB destination to Falcon AFB, Colorado
Springs, CO. (viii) The provision at 52.212-1, Instructions to
Offerors-Commercial, applies to this acquisition. (ix) The clause at
52.212-2, Evaluation-Commercial Items, applies, with the following
evaluation factors: see (xvi) below: First, technical -- Submit
evidence showing the offeror is qualified to develop and provide this
plan. Second, past performance -- In the best value acquisition, the
Government reserves the right to award to a higher priced offeror if a
lower priced offeror, in the contracting officer's opinion, represents
a performance risk based on past performance and using any information
available to the contracting officer. Third, delivery -- The
Government desires delivery on 31 Jul 98 or as soon as possible
thereafter. The Government reserves the right to award to a higher
priced offeror to obtain a delivery date closer to 31 Jul 98. Fourth,
price -- see (xvi) below. Technical, delivery, and past performance,
combined, are equal in importance to price. (x) Offerors must include
with their offerors a completed copy of the provision at FAR 52.212-3,
Offeror Representation and Certification-Commercial Items, and DFARS
252.212-7000, Offeror Representation and Certification -- Commercial
Items. (xi) The clause at 52.212-4, Contract Terms and
Conditions-Commercial Items applies. (xii) FAR 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, and DFARS 252-212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items apply to this
solicitation. Specifically the following clauses, cited are applicable
to this solicitation: FAR 52.203-6, Restrictions on Subcontractor
Sales to the Government, with Alternate I; 52.203-10, Price of Fee
adjustment for Illegal or Improper Activity; 52.219-8, Utilization of
Small Business Concerns and Small Disadvantaged Business Concerns;
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; DFARS 252.205-7000,
Provision of Information to Cooperative Agreement Holders; and
252.225-7001, Buy American Act and Balance of Payment Program. (xiii)
This software and system previously developed by government personnel,
and the Software Development plan was never prepared. This
solicitation is for a firm to prepare the Software Development Plan,
including the elements listed in (v) above, which would ordinarily be
prepared during software development. (xiv) Defense Priorities and
Allocations system does not apply. (xv) N/A. (xvi) Offers are due at 12
p.m. (noon), local time, on Friday, May 29, 1998 at 50th CONS/LGCB, 66
Falcon Parkway, Ste. 49, Falcon AFB, CO 80912-6649. Facsimile
responses are acceptable to area code 719 567 3809, clearly marked for
the attention of TSgt Keeling. Offers shall include: the pricing
information in (v) above and the representations and certifications
required in (x) above. The offeror shall also include any warranty
information that will be provided with the offeror's products. (xvii)
For information, you may call TSgt Keeling at 719 567 3825 or or by
facsimile at extension 3809. (0141) Loren Data Corp. http://www.ld.com (SYN# 0388 19980526\76-0002.SOL)
76 - Books, Maps and Other Publications Index Page
|
|