Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1998 PSA#2145

Federal Emergency Management Agcy, Acquisition Operations Division, 500 C Street, S.W., Room 350, Washington, DC 20472

70 -- GLOBAL POSITIONING SYSTEM (GPS) SOL EMW-1998-RQ-GPS DUE 080798 POC Corwin Kirby/(202) 646-4585 E-MAIL: Contact Contract Specialist Corwin Kirby, Corwin.Kirby@FEMA.gov. This is a combined synopsis/solicitation for a Global Positioning System (GPS) prepared in accordance with the format in FAR Subpart 12.6 and issued under the authority of FAR Subpart 13.5 -- "Test Program for Certain Commercial Items." FAR Part 13 -- Simplified Acquisition Procedures. This announcement constitutes the only solicitation for this requirement. Written quotations are being requested and a written solicitation will not be issued. The solicitation number is EMW-1998-RQ-GPS. The solicitation is being issued as a request for quotation (RFQ). This procurement is set-aside for small business. It is anticipated that a purchase order will be issued for this requirement. The minimum quantity shall be eighteen (18) sets of the GPS system as specified below, which includes training and maintenance, installation of software, and technical support. 1.0-SCOPE-The system shall be able to track valued equipment via satellite through a transponder located on FEMA-owned equipment. 2.0-PURPOSE-The system must be able to provide critical location information anywhere in the United States and its territories-as a minimum. The system shall be operational for ground, sea or aerial port transportation vehicles. 3.0-SYSTEM DESCRIPTION: The system shall consist of the following requirements, but not limited to: 18 Antenna Control Units; A. 18 Sets of battery power connector cables and trailer mounting brackets; B. 18 portable solar battery packs; C. Software package (including contractor installation) and automatic upgrades; D. 18 sets of related manuals, descriptive literature, and documentation; E. Contractor surveillance services; F. The contractor shall provide training of FEMA personnel (6 people) on the entire system; and G. Complete maintenance and on-site (if necessary)/telephone technical support shall be provided at least for one (1) year. 4.0-SCHEDULE FOR DELIVERY AND SUPPORT-The successful bidder shall install a completely tested and operational system, train FEMA personnel and deliver all required documentation within 45 calendar days after award of a purchase order. All shipping cost, required technical staff, and vendor travel shall be included in the total costs. Software shall be installed as follows: (1.) One (1) Desktop installation and 1 Notebook installation at: FEMA/OS-LG, 500 C Street, SW; RM 517 Attn: Carole Wood, Washington, DC 20472. (2) Two (2) Desktop installations and four (4) Notebook installations at: FEMA Logistics Readiness, Attn: Ron Cooper, 19844 Blueridge Mountain Road; Bluemont, VA 20135. Hardware shall be delivered as follows: 18 Trailer Units delivered to: FEMA ALC-Operations Attn: Ron Cooper, 19844 Blueridge Mountain Road, Bluemont, VA 20135. 5.0-TESTING, TRAINING, AND TECHNICAL SUPPORT-The vendor shall install and completely test all software before the government will accept the tracking system. During testing, the vendor will install at least one (1) set of hardware at the Mount Weather location (see address above) and fully test all 18 hardware sets. The testing phase shall be up to fourteen (14) days after the delivery of equipment in accordance with the schedule above, at the discretion of the Project Officer or an authorized technical representative. The project officer may elect to accept all equipment and software sooner than 14 days. After at least a 14 day testing period, if all equipment is not fully operational to FEMA's satisfaction, the government reserves the right to cancel the order immediately. All costs during the testing phase, prior to acceptance of hardware, software, and/or firmware by the FEMA Project Officer, shall be borne by the contractor. The contractor shall provide initial hands-on training, at the Washington, DC and Bluemont, Virginia delivery locations five (5) days after acceptance of hardware, software, and/or firmware by the government. Eight (8) sets of manuals and other training documents shall be provided at time of training. Training shall be completed within 14 days from the start of training activities. Training shall include software operation, system reporting and monitoring features as well as hardware preventive maintenance. The contractor shall provide a 24-hour-a-day technical point of contact to assist with the resolution of any abnormal conditions that may arise and to assist with the use of the software application during the life of the purchase order. 6.0-WARRANTY/DELIVERY-It is required that warranty information will be provided with your quotation. Submission of descriptive literature is required for this procurement. Descriptive literature shall be provided detailing the overall dimensions and technical capabilities that shall prove that the item(s) being offered meets the Government's minimum requirements and that the equipment offered is capable of functioning as complete system as stated in the specifications. The specified warranty/descriptive literature will be evaluated to the extent of determining before award whether the products offered meet the Government's minimum requirements and are capable of functioning as a complete system. The contractor will specify best delivery time ARO. All deliveries shall be FOB destination. 7.0-YEAR 2000 COMPLIANT-The Contractor warrants that each non-commercial item of hardware, software, and firmware delivered or developed under this purchase order 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 item documentation provided by the contractor, provided that all listed or unlisted items (e.g. hardware, software, firmware) used in combination with such listed item properly exchange date data with it. Purchased items must perform as a system in accordance with the Contractor's warranty. That warranty shall apply to the purchased items 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 any general warranty provisions, provided that not withstanding any provision to the contrary in such warranty provisions(s), or in the absence of any such provision(s), the repair or replacement of any listed item 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. 8.0-EVALUATION-The Contractor must meet all requirements detailed in this synopsis/solicitation. It is anticipated that a firm-fixed price single award purchase order will result from this RFQ. The government will award a purchase order to the contractor that provides the greatest overall benefit in response to this synopsis/solicitation including price and related factors -- this is a best value procurement. Past performance will be evaluated. The selected contractor must demonstrate an acceptable past performance record by submitting the names and telephone numbers of at least two (2) commercial and/or government clients that will verify the quality of the product(s). All requirements identified in this notice must be met by an offeror's GPS package in order for it to be considered for award. Failure to meet any of the requirements will eliminate the proposed product from further consideration. Failure of an offeror to submit descriptive literature for a proposed product will result in that product being rejected from further consideration. Further, descriptive literature, which fails to show that the proposed product complies with the requirements stated above, will result in the rejection of that product. Bidders are to include a completed copy of the provisions at 52.121-3-Offeror Representations and Certifications-Commercial Items with their bid. The following clauses also apply: 52.212-1 Instructions to Offeror-Commercial Items, 52.21.-2 Evaluation-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 USC 253g and 10 USC2402), 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 USC 423), 52.219-8 Utilization Small Business Concerns and Small Disadvantage Business Concerns {15 USC 637 (d) (2) and (3)}, 52.222-26 Equal Opportunity (EO 11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212) 52.222-36 Affirmative Action for Handicapped Workers (29 USC 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212), 52.225-3 Buy American Act-Supplies, 52.232-33 Mandatory Information for Electronic Funds Transfer Payment. The following provision also applies: 52.214-21 Descriptive Literature. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. The clauses are incorporated by reference, with the same force and effect as if they were given in full text. Clauses can be viewed in full text at the following Internet Addresses: WWW.ARNET.gov and WWW.GSA.gov/FAR/. Quotes are being solicited on an unrestricted basis. The due date for submission of proposals is August 5th, 1998 at 10:00 AM to FEMA, FM-AO-RP, Attn: Corwin Kirby -- Room 350, 500 C Street, SW, Washington, DC 20472. All requests for information regarding this solicitation are to be directed to Corwin Kirby, Contract Specialist -- (202) 646-4585 or H. Robert Weiss, Contracting Officer at (202) 646-3748. Technical and/or administrative questions must be received no later than three (3) business days after publication of this notice and may be tele-faxed to (202) 646-2970 or (202) 646-3841, or mailed to the address for submission of proposals shown above. Or, you can E-Mail your questions to Corwin.Kirby@FEMA.gov. In order to prepare the offeror's mailing list as well as distribution of possible amendments to the solicitation, please fax your company's name, address, telephone and fax numbers, and point of contact as soon as possible. Failure to do so will preclude FEMA from the responsibility of providing you with possible amendments or other required information. It is the vendor's responsibility to make sure that the named FEMA representative has received all faxed and/or E-mailed information. Offerors are responsible to comply with this notice and any amendments thereto. Posted 07/23/98 (W-SN227818). (0204)

Loren Data Corp. http://www.ld.com (SYN# 0438 19980727\70-0011.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page