|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1998 PSA#2161Naval Air Warfare Center TSD, Code 27, 12350 Research Parkway, Orlando
FL 32826-3275 69 -- AUTOMATED ELECTRONIC CLASSROOMS SOL N61339-98-Q-0831 DUE 090498
POC Contracting Officer, John Christopher, (407)380-8491 E-MAIL: Click
here to contact the Contracting Officer via,
John_Christopher@ntsc.navy.mil. 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; a quote is being requested and a written
solicitation will not be issued. Solicitation N61339-98-Q-0831 is
hereby issued as a request for quote and incorporates the provisions
and clauses in effect through Federal Acquisition Circular 97-6. This
solicitation shall be awarded on a sole source basis to the Nida
Corporation, 300 S. John Rodes Blvd., Melbourne, FL. The SIC Code for
this solicitation is 3699 with a size standard of 750 employees. The
following items are required: CLIN 0001, Trainer Test Console
Installation, System Integration and Training per Statement of Work,
Model 130E, P/N 99930130, 150 EA; CLIN 0002, Software Site License for
Computer-Managed Interface, 1 LO; CLIN 0003, Card Set, Model 1400N,
P/N N9991400, 90 EA; CLIN 0004, Card Set, Model 1401N, P/N N9991401, 55
EA. STATEMENT OF WORK (SOW) FOR AUTOMATED ELECTRONIC CLASSROOM WITH
NIDA EQUIPMENT FOR THE ADVANCE ELECTRONICS TRAINING SCHOOL, SERVICE
SCHOOL COMMAND (SSC) GREAT LAKES -- 1. SCOPE: This SOW establishes the
requirements for an advanced electronics training system at the
Advance Electronics Training School, SSC Great Lakes. These are minimum
requirements for the delivery, integration, test and acceptance, and
training of Nida trainer test consoles, assorted experiment circuit
card sets, computer managed interface, computer assisted instruction
software, student management software, multimedia presentation software
integrated with existing instructor computers and student computers. 2.
APPLICABLE DOCUMENTS: None. 3. REQUIREMENTS: The contractor shall
organize, coordinate, control, and execute all program activities to
ensure the timely delivery of all supplies and services specified
herein. The contractor shall deliver the components, hardware,
software, and documentation to the locations listed in the contract.
All the equipment, components, hardware, software and documentation
shall be unmodified commercial items. 3.1 INSTRUCTOR COMPUTER
INTEGRATION: The contractor shall integrate the equipment and software
with existing instructor computers. The instructor's computer
characteristics are as follows: Pentium II MMX 350 MHz, keyboard and
mouse, 17" monitor, 21" monitor, dual monitor graphics card, 128MB RAM,
1.44MB floppy drive, 12/24x CD ROM, 4 GB hard drive, 10/100BaseT
Network card, Microsoft Office 97 Professional, speakers, backpack 8 GB
portable tape, IR mouse, I/O card, Windows NT Server operating system,
and laser printer. The contractor shall install the system in
accordance with the contractor's established practices and procedures.
3.2 STUDENT COMPUTER INTEGRATION: The contractor shall integrate the
equipment and software with existing student computers. The student's
computer characteristics are as follows: Pentium MMX 350 MHz with
Win95, keyboard and mouse, 17" monitor, 64MB RAM, 1.44MB floppy drive,
24x CD ROM, 4.3 GB hard drive, 10/100BaseT Network card, and Microsoft
Office 97 Professional. The contractor shall install the system in
accordance with the contractor's established practices and procedures.
3.3 INSPECTION AND ACCEPTANCE: All services provided under this SOW
will be inspected by the Government and accepted if the services meet
the requirements specified in the contract. Acceptance will be
accomplished by signature on the invoice or unconditional DD Form 250,
Material Inspection and Receiving Report. 3.4 TECHNICAL DATA AND
DOCUMENTATION: The contractor shall supply one complete set of
commercial item documentation for all the equipment delivered by the
contractor under the contract. 3.5 TRAINING: The contractor shall
provide familiarization and operator training on all installed and
integrated equipment specified in the contract. The training course
shall consist of two (2) eight-hour sessions. The students will be 16
to 20 Navy instructors. The contractor shall conduct two (2) courses.
The contractor shall conduct the training in the classroom where the
system has been installed at the SSC Great Lakes. 3.6 DELIVERY
SCHEDULE: The contractor shall adhere to the following schedule for the
delivery and performance of the specified products and services:
Equipment shall be delivered starting within 30 days after contract
award and ending within 150 days after contract award; integration and
testing shall begin within 165 days after contract award and ending
within 185 days after contract award; and training shall be completed
within 245 days after contract award (the contractor shall confirm the
exact training dates with SSC Great Lakes). END SOW. All efforts shall
be completed no later than 215 days after contract award. All
deliveries shall be made FOB Destination. The following FAR provisions
and clauses apply to this acquisition: 52.212-1, 52.212-4 and
52.212-5. The following subparagraphs of FAR 52.212-5(b), and DFARS
addenda thereto, apply: (6), (7), (8), (9), and 252.225-7021.The
following subparagraphs of FAR 52.212-5(c) also apply: None. A
completed copy of FAR 52.212-3, and the following DFARS addenda, must
be included with quote: 252.225-7020. The following clauses also apply:
FAR 52.227-19 "COMMERCIAL COMPUTER SOFTWARE -- RESTRICTED RIGHTS" and
"YEAR 2000 WARRANTY-COMMERCIAL SUPPLY ITEMS -- The contractor warrants
that each hardware, software, and firmware product delivered under
this contract and listed below shall be able to accurately process date
data (including, but not limited to, calculating, comparing, and
sequencing) from, into, and between the twentieth and twenty-first
centuries, including leap year calculations, when used in accordance
with the product documentation provided by the contractor, provided
that all listed or unlisted products (e.g. hardware, software,
firmware) used in combination with such listed product properly
exchange date 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." The
DPAS rating for this solicitation is N/A. See Note 22 (forty-five days
is changed to read fifteen days). Quote is due at 2:00 PM EST on
9/4/98 and may be made by FAX to (407)380-8318 (Attn: John
Christopher). For information regarding this solicitation, contact John
Christopher at (407)380-8491. Posted 08/14/98 (W-SN237102). (0226) Loren Data Corp. http://www.ld.com (SYN# 0363 19980818\69-0002.SOL)
69 - Training Aids and Devices Index Page
|
|