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