|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1999 PSA#2484Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway
361, Crane, In 47522-5001 70 -- SOFTWARE DEVELOPMENT YSTEM SOL N00164-00-Q-0040 DUE 121499 POC
Ms. Marcia Ferguson, telephone 812-854-3857, fax 812-854-3465, e-mail
ferguson_m@crane.navy.mil WEB: Naval Surface Warfare Center, Crane
Division's homepage, www.crane.navy.mil. This is a Combined
Synopsis/Solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation. Quotes are being requested and a written
solicitation will not be issued. Solicitation number N00164-00-Q-0040
applies and is issued as a request for quote (RFQ). This solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-10 and Defense Acquisition
Circular 91-13. A fixed price purchase order will be awarded using
Simplified Acquisition Procedures. This procurement is 100% reserved
for small business concerns. The standard industrial code is 7371 and
the business size standard is $18.0 Million or less. This procurement
is for the following: Line Item 0001: Tornado Professional For Windows
NT. Tornado Professional tools development system provides the basic
development tools necessary to compile, link, run, and debug a real
time application, which can be run by the VxWorks Real Time embedded
operating system. The Tornado tools package includes the following
items: C/C++ Compilation Environment, Debugger, Project
Facility/Configuration Tool; Integrated Simulator, WindView for the
integrated simulator, Browser, WindSh, Wind Navigator, Tornado Code,
Tornado Documentation (printed and online), WindView tm (Professional
Seat), StethoScope (Professional seat), and VxSim(Professional Wind
River Systems Part #170-12710. Qty 2 Each. Statement of Work can be
viewed and/or downloaded at www.crane.navy.mil. Line item 0002:
Description: Tornado Professional Maintenance-New. Annual maintenance
support providing all product updates covered by the Tornado
Professional Developers License. Wind River Systems Part #130-12839.
Qty 1 Each. Line Item 0003: Description: VxWorks Runtime Operating
System Target License. Wind River Systems Part #170-12977. Qty 1 Each.
Line 0004: Description: Maintenance-New. Annual support contract for
maintenance providing all product updates covered by the VxWorks
Operating System License. Wind River System Part # 130-12842. Qty 1
Each. Line 0005 VxWorks Client License provides the runtime license for
one embedded controller to run the VxWorks Real Time Operating system
in support of the user developed application. Wind River Systems p/n
140-1230. Qty 1 Each. The software produced will be subject to all
requirements of the Software System Safety Technical Review Panel
(SSSTRP) and the Weapons System Safety Review Board (WSSRB). This
requirement is a sole-source procurement to Wind River Systems, 3055
Kettering Blvd., Suite 319, Dayton, Ohio, since this specification is
based on the use of WindRiver Systems Tornado II and VxWorks
development environment, which meets these specifications and is
compatible with existing software and I/O support libraries and as such
must interface with and exchange control information from other
submarine control system components which are currently utilizing
theintended VxWorks operation system (created by the WindRiver
development tools specified in this procurement). Delivery is required
F.O.B. Destination within 30 days after award. All responsible sources
may submit an offer, which will be considered by the Agency. The
following FAR clauses apply: 52.203-3 Gratuities, 52.212-1 Instructions
to Offerors -- Commercial Items; 52.212-4 Contract Terms & Conditions
-- Commercial Items; 52.212-5 Contract Terms & Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items; 52.222-3
Convict Labor; 52.233-3 Protest After Award; 52.203-6 Restrictions on
Subcontractor Sales to the Government, with Alternate 1; 52.219-8
Utilization of Small Business Concerns and Small disadvantaged Business
Concerns; 52.219-14 Limitations on Subcontracting; 52.222-26 Equal
Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Special
Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for
Handicapped Workers; 52.222-37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act --
Supplies; 52.225-9 Buy American Act -- Trade Agreements Act -- Balance
of Payments Program; 52.225-18 European Union Sanctions for End
Products; 52.225-19 European Union Sanctions for Services; 52.225-21
Buy American Act -- North American Free Trade Agreement Implementation
Act -- Balance of Payments Program, DFARS 252.212-7001 Contract Terms
& Conditions Required to Implement Statues or Executive Orders
Applicable to Defense Acquisitions of Commercial Items (APR 1998),
252.225-7012 Preference for Certain Domestic Commodities, 252.227-7015
Technical Data Commercial Items apply to this acquisition. The
contractor shall extend to the Government the full coverage of
commercial sale, provided such warranty is available at no additional
cost to the Government. Offerors responding to this announcement must
provide the information contained in 52.212-1, Instruction to Offerors
-- Commercial Items and must include a completed copy of provision
52.212-3, Offeror Representations and Certifications Commercial Items.
The offeror should also provide its Commercial and Government Entity
(CAGE) code, Contractor Establishment Code (DUNS number) and Tax
Identification Number. Contractors must be registered in the Central
Contractor Registration (CCR) as a condition for receipt of contract
award. Offerors may obtain information on registration and annual
confirmation requirements by calling 1-888-227-2423, or via the
Internet @ http://ccr.edi.disa.mil. For further details regarding the
requirements of CCR, offerors are advised to review the requirements of
DFARS 252.204-7004 contained herein. 252.204.7004 Required Central
Contractor Registration. [As prescribed in 204.703], used the following
clause: Required Central Contractor Registration (MAR 98) (a)
Definitions. As used in this clause (1) Central Contractor Registration
(CCR database means the primary DOD repository for contractor
information required to the conduct of business with DOD. (2) Data
Universal Numbering System (DUNS) number means the 9-digit number
assigned by Dun and Bradstreet Information Services to identify unique
business entities. (3) Data Universal Numbering System + 4 (DUNS+4)
number means the DUNS number assigned by Dun and Bradstreet plus a
4-digit suffix that may be assigned by a parent (controlling) business
concern. This 4-digit suffix may be assigned at the discretion of the
parent business concern for such purposes as identifying sub-units or
affiliates of the parent business concern. (4) Registered in the CCR
database means that all mandatory information, including the DUNS
number or the DUNS+4 number, if applicable, and the corresponding
Commercial and Government Entity (CAGE) code, is in the CCR database;
the DUNS number and the CAGE code have been validated; and all edits
have been successfully completed. (b) (1) By submission of an offer,
the offeror acknowledges the requirement that a prospective awardee
must be registered in the CCR database prior to award, during
performance, and through final payment of any contract resulting from
this solicitation, except for awards to foreign vendors for work to be
performed outside the United States. (2) The offeror shall provide its
DUNS or, if applicable, it DUNS+4 number with its offer, which will be
used by the Contracting Officer to verify that the offeror is
registered in the CCR database. (3) Lack of registration in the CCR
database will make an offeror ineligible for award. (4) DOD has
established a goal of registering an applicant in the CCR database
within 48 hours after receipt of a complete and accurate application
via Internet. However, registration of an applicant submitting an
application through a method other than the Internet may take up to 30
days. Therefore, offerors that are not registered should consider
applying for registration immediately upon receipt of this
solicitation. (c) The Contractor is responsible for the accuracy and
completeness of the data within the CCR, and for any liability
resulting from the Government's reliance on inaccurate or incomplete
data. To remain registered in the CCR database after the initial
registration, the Contractor is required to confirm on an annual basis
that its information in the CCR database is accurate and complete. (d)
Offerors and contractors may obtain information on registration and
annual confirmation requirements by calling 1-888-227-2423, or via
Internet @ http://ccr.edi.disa.mil. The Government intends to award to
the responsible contractor whose quotation is the most advantageous to
the Government considering price and price-related factors: Technical
Specification compliance, past performance, and price. Technical
specification compliance and past performance are equal, and when taken
together are significantly more important than price. If a change
occurs in this requirement, only those offerors that respond to this
announcement within the required time frame will be provided any
changes/amendments and considered for future discussions and/or award.
Quotations, and the above required information must be received in
this office on or before 03 August 1999 at 12:00 PM (Noon) Eastern
Standard Time. Mailing address is NAVSURFWARENDIV Crane, Code 1164E9,
300 Hwy 361, Crane, IN 47522-5001 or fax to Ms. Marcia Ferguson at
812-854-3465 or email ferguson_marcia@crane.navy.mil. Posted 11/24/99
(W-SN403336). (0328) Loren Data Corp. http://www.ld.com (SYN# 0211 19991129\70-0006.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|