Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1998 PSA#2132

Contracts Support Branch (Code 901-6), 5880 Channel View Blvd., Blount Island Command, Jacksonville, FL 32226-3404

D -- SOFTWARE, CONTAINER LOADING, PLANNING, TRACKING AND REPORTING POC Liz Faykus, Contract Specialist, Code 901-6, (904)696-5360. This is a Request for Information IAW FAR 15.201(e). No contract award will result. 1. The USMC Maritime Prepositioning Program has a general requirement for an automated container loading and load planning program. The assumptions from which the specific requirements are drawn include the following: a. That any defined requirements that lead to the procurement of a container loading and planning software tool will be forwarded to MARCORSYSCOM for future incorporation into TC-AIMS II or the appropriate logistics or transportation program. b. That the dimensional data for all equipment to be containerized will be derived from the MAGTF Data Library and/or a PP&P derived database. c. The maintenance of any dimensional database that is integral to a container loading and planning program is a Marine Corps responsibility. 2. Specific requirements are as follows: a. The program must be Windows 95 (98) or Windows NT compatible. b. The program must contain an organic graphics/drawing (CAD) capability which requires no additional software support. i.e. AutoCAD 14 in support of a database program. c. The program must be able to operate on a Marine Corps standard "High Use" work station. d. The program must be able to accept data from MDSSII, to include the prerequisite "Key Fields" for a LOGAIS record to survive the import/export process. e. The program must recognize an individual records' parent-child relationship. i.e. a container is parent to a crate, which is parent to a box, which is parent to the gadget in the box. f. The program must identify hazardous material and possess an automated capability to assist the user in determining and maintaining hazardous material stowage compatibility. g. The program must have the ability to create, read, update, delete and query the database. h. The program must be able to display the container load from all angles. i. The program must support changing the container's dimensions. j. The program must be able to provide dunnage, blocking and bracing estimates to includethe space consumed by the dunnage. k. The program must recognize and display stacked cargo. l. The program must have a user customize function for the cargo representation within the container. m. The program must roll-up the cargo and the container weight. n. The program must be exportable and importable to the Computer Automated Embarkation System (CAEMS). o. The program must have an ad hoc reporting/querying capability. Interested contractors should submit a capability statement to include an estimated price, a written description of the current software abilities, a demo version of the software described and a brief description and price of any necessary modifications to the current software. The demo version shall be submitted with the written capability statement; however, if requested, an oral presentation of the demo can be scheduled. The demo will be returned if requested. The government will evaluate the capability statement for adaptability to the requirements as described herein and user friendliness for USMC purposes and work environment. Capability statements shall be received no later than July 20, 1998 and should be mailed to Liz Faykus, USMC Blount Island Command (Code 901-6), 5880 Channel View Blvd., Jacksonville, FL 32226. No contract award will be made as a result of this publication. Posted 07/06/98. (0187)

Loren Data Corp. http://www.ld.com (SYN# 0020 19980708\D-0007.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page