Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1998 PSA#2161

Naval 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