Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1999 PSA#2484

Crane 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