|
COMMERCE BUSINESS DAILY ISSUE OF JULY 10,1998 PSA#2134Supply Department Indian Head Division, Naval Surface Warfare Center,
101 Strauss Ave, Indian Head, MD 20640-5035 R -- TECHNICAL SUPPORT FOR DESIGN, DEVELOPMENT, MFG, AND INSTALLATION
OF OPERATOR TRAINING SYSTEMS SOL N00174-98-R-0077 POC Kay V Proctor
This solicitation will be available for downloading from our website
beginning approximately 30 July 1998. Prior to this date you will not
be able to access this solicitation. When available, copies of this
solicitation can only be obtained from the NSWC, Indian Head Division
Internet web page. Address: http://www/ih.navy.mil/contracts. Request
for copies of this solicitation, other than through the internet, WILL
NOT BE ACKNOWLEDGED. NSWC/IHD shall not receive or accept any form of
electronic or faxed proposals as a result of this synopsis and
solicitation. All proposals must be received in hard copy and are
subject to the FAR Clause 52.215-1, Instruction to Offerors Competitive
Acquisition (OCT 1997). Note: All offerors will be ineligible for award
unless they have registered in DoD's Central Contractor Registration
database. This requirement is for Manufacturing, Engineering and
Technical support services to provide training systems analysis,
training system design, integration engineering, trainingsystem
development, training system implementation, simulator manufacturing,
simulator test & acceptance, simulator installation, integrated
logistics support, technical documentation development, and training
systems life-cycle maintenance for various military vehicles, weapon
systems and subsystems. This work will support programs for the US
Marine Corps, Navy, Air Force and Army. Required support shall be
provided in accordance with specific individual written delivery orders
issued by IHD,NSWC within the general scope of the Statement of Work.
The statement of work prescribes all materials and services required to
design, develop, manufacture and install operator training simulators
for military vehicles and weapon systems. The contractor shall maximize
the re-use of previously proven and delivered contractor designs and
other non-developmental items for use in the operator training
simulators. The contractor shall be required to re-use and modify, as
required, their previously developed electronic simulator designs,
subsystems, and techniques to meet current operator training
requirements, Designs for operator simulators shall employ
Commerical-Off-The-Shelf (COTS) components to the maximum extent
possible. The resulting contract will provide for an indefinite
quantity contract with a period of performance of one year (365 days)
from the date of contract award and four (4) one year (365 days)
options. Delivery orders will be placed on the contract to identify
specific work to be perform in accordance with the requirements stated
in the statement of work. Delivery schedule is determined in each
individual delivery order. Award shall be based on "Best Value". The
Government will determine best overall value on the basis of the
following Evaluation Factors (in descending order of importance): (1)
Offeror Submission, (2) Offeror Capability (3) Price or Estimated Cost.
Offerors submitting acceptable offers shall be required to perform an
on-site technical capability demonstration/facility site survey for
thepurpose of demonstrating any currently fielded
solutions,(NDI/COTS/GOTS). Note 1 applies. The proposed contract is
100% set-a-side for small business. The Small Business Size SIC Code is
8711 for this procurement with a dollar amount of $20 million. Posted
07/08/98. (0189) Loren Data Corp. http://www.ld.com (SYN# 0094 19980710\R-0009.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|