|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1998 PSA#2161United States Special Operations Command, Directorate of Procurement
(SOAC-KB), 2418 Florida Keys Ave., MacDill AFB, FL 33621-5316 D -- INTEGRATOR NT WORKSTATIONS SOL USZA22-98-R-0017 DUE 082198 POC
Maj Martin, 813-840-5446 E-MAIL: Maj Martin, marting@socom.mil. 17.
DESCRIPTION. 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; proposals are being
requested and a written solicitation will not be issued. Solicitation
Number: USZA22-98-R-0017. The solicitation is issued as a request for
proposal. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-7.
The United States Special Operations Command (USSOCOM) intends to
negotiate on a sole source basis with Evans & Sutherland, Salt Lake
City, UT, in accordance with 10 U.S.C. 2304(c)(1) and FAR Part 6.302-1;
only one responsible source and no other supplies or services will
satisfy agency requirements. The reason justifying the lack of
competition is Evans & Sutherland is the only contractor who can
provide Integrator version 4.0 workstations to buildand modify Harmony
visual databases in support of an ongoing tactics development effort.
Interested parties may identify their interest and capability to
respond to the requirement or submit proposals. This notice of intent
is not a request for competitive proposals. However, all received by
the closing date of the request for proposal set forth below will be
considered by the Government. A determination by the Government not to
compete with this proposed contract based upon response to this notice
is solely within the discretion of the Government. Information received
will normally be considered solely for the purpose of determining
whether to conduct a competitive procurement. The Integrator NT
workstations will require modeling, feature texture, terrain, and
photo-extraction utilities to allow the reuse of existing government
owned databases and geodetic source material to build operationally
realistic visual databases for simulation in the Harmony image
generator. Operator training on the Integrator workstation is required,
along with a yearlong software warranty and product update service.
CLIN 0001 is 2 Integrator Workstations. CLIN 0002 is 2 Integrator 4.0
Software Sets. CLIN 003 is Training. Delivery is required by 8 Sep 98.
Offerors must provide standard commercial literature with their
proposal demonstrating the proposed product meets all specifications
contained in this combined synopsis/solicitation. The provision at FAR
52.212-1, Instruction to Offerors -- Commercial Items, applies to this
acquisition and no addenda applies. Only technically acceptable offers
from responsible sources will be considered for award. Offers shall
include a completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items, with its offer.
The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial
Items, applies to this acquisition. The clause at FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items, applies to this acquisition to
include FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36,
Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment
Reports on Special Disabled Veterans and Veterans of the Vietnam Era.
The following FAR clauses are also apply to this acquisition and are
included as addendum: In addition to the foregoing FAR provisions and
clauses, the following DFARS provision and clause applies to this
acquisition. Offers shall include a completed copy of DFARS
252.225-7000, Buy American Act -- Balance of Payments Program
Certificate, with its offer. DFARS 252.225-7001, Buy American Act and
Balance of Payments Program, and DFARS 252.204-7004 applies to this
acquisition. If there is a standard commercial warranty associated with
the above listed items, the offeror must provide the Government at
least the same warranty terms offered to the general public in
customary commercial practices. The items shall be delivered FOB
Destination to Bell Helicopter Textron, Inc., 600 E. Hurst Blvd, Hurst,
TX 76053. Proposals must be delivered to USSOCOM, Bldg 102, 2d Floor,
2418 Florida Keys Ave, MacDill AFB, FL 33621-5323, attention: Maj
Martin, no later than 3:00 P.M. (Eastern Standard Time) on 21 August
1998. Offerors may submit facsimile proposals via (813) 840-5481, in
response to this combined synopsis/solicitation. The facsimile proposal
must arrive at USSOCOM, ATTN: Maj Martin, no later than 3:00 P.M.
(Eastern Standard Time), on 21 August 1998. FAR 52.215-18, Facsimile
Proposals, is hereby included in this acquisition. The SIC code is
7373. For further information, contact Maj Martin, (813) 840-5446.
Email address is: marting@socom.mil Posted 08/14/98 (W-SN237111).
(0226) Loren Data Corp. http://www.ld.com (SYN# 0033 19980818\D-0002.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|