Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2003 FBO #0424
SOLICITATION NOTICE

69 -- TOCOPS Simulation

Notice Date
1/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-03-T-0017
 
Archive Date
2/27/2003
 
Point of Contact
Jane Waller, Contract Specialist, Phone 407-380-4017, Fax 407-380-4164, - Nancy Potts, Contracts Specialist, Phone 407-380-4404, Fax 407-380-4164,
 
E-Mail Address
Jane.Waller@navy.mil, Nancy.Potts@navy.mil
 
Description
Combined Synopsis/Solicitation for I.L. Holdridge 1. P 2. 0128 3. 03 4. GPO381130 5. 32826-3224 6. 69 7. NAVAIR ORLANDO - TSD, 12350 RESEARCH PARKWAY, ORLANDO, FL 32826-3224 8. 69 ? TACOPS SIMULATION 9. N61339-03-T-0017 10. 021203 11. CONTRACTING SPECIALIST, NANCY A. POTTS, 407-380-4404 CONTRACTING OFFICER, JANE WALLER, 407-380-4017 12. N/A 13. N/A 14. N/A 15. N/A 16. N/A 17.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 N61339-03-T-0017 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-07. The Government intends to award on a sole source basis to I.L. Holdridge, 13831 East Hillside Drive, San Antonio, TX 78249-2527. I.L. Holdridge, DBA is the only known source that possesses the unique qualifications to develop an improved TACOPS tactical decisionmaking simulation for the Marine Corps within the required time frame. Proposal should be submitted electronically if possible. Paper submissions should include an original and two (2) copies. The anticipated award date is on or about 2/20/03. FAR 52.219-6 ?Notice of Total Small Business Set-Aside? is hereby incorporated by reference. The NAICS Code for this solicitation is 511210 and the small business size standard is $21 Million. The solicitation requirements are in accordance with the attached Standard Form 1449. Refer to the attached SF 1449 for all applicable clauses and attachments. While CLIN?s 0001 and 0002 are not separately priced, CLIN?s 0003, 0004, and 0005 should be separately priced including supporting cost and pricing data. SF1449 attachments include: 1) Exhibit A ? ?Contract Data Requirements List? 2) Attachment 1 ? ?Statement of Work for TacOpsMC Tactical Decision Simulation? 3) Attachment 2 ? ?Specification for TacOpsMC Tactical Decision Simulation 4) Attachment 3 ? ?Government Furnished Information (GFI)? 5) Attachment 4 ? ?Delivery of CLIN 0003, CLIN 0004 and CLIN 0005? Offerors shall include a completed copy of the provision at FAR 52.212-3, ?Offeror Representations and Certifications ? Commercial Items? with its quotation. In addition, offerors shall include a completed copy of the provision at DFARS 252.212-7000, ?Offeror Representations and Certifications ? Commercial Items? with its quotation. 1 "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." A determination by the Government not to open the requirement to competition based on responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Quote is due at 2:00pm EST on 02/12/03 and may be made by FAX to (407)380-4164 (Attn: Jane Waller), by email to jane.waller@navy.mil, or to the address above. For information regarding this solicitation, contact Jane Waller at (407)380-4017.
 
Place of Performance
Address: Contractor's Facility
 
Record
SN00248034-W 20030130/030128213416 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.