Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1999 PSA#2376

2145 Monahan Way WPAFB, OH 45433-7017, 45433-7017

70 -- JOINT MODELING AND SIMULATION SYSTEM SOL F33657-99-R-0054 DUE 072699 POC David A. Wright, Contracting Officer,(937) 255-2825 ext 3807 WEB: JMASS-Joint Modeling and Simulation System, http://www.pixs.wpafb.af.mil/pixslibr/JMASS/JMASS.asp. E-MAIL: wrightda@ntnotes2.ascsm.wpafb.af.mil, wrightda@ntnotes2.ascsm.wpafb.af.mil. 17. This is a solicitation for proposals addressing one or more of the Joint Operational Requirements Document (JORD) paragraphs outlined below. Offerors may propose under FAR Part 12 or General Services Administration (GSA) Schedule. If you choose to propose under FAR part 12, this is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation for this requirement; a written proposal and an oral presentation are required and a written solicitation will not be issued. The solicitation number is F33657-99-R-0054. The Government anticipates multiple awards against this solicitation and reserves the right to set aside awards to Small Business. The associated Standard Industrial Code is 7379 and Small Business Size standard is $18 Million. The Joint Modeling and Simulation System (JMASS) Program Office (ASC/SMJ) is interested in receiving proposals (technical and cost) to integrate products with the current version of JMASS to support model development and maintenance, assembly and configuration of simulations, simulation/data viewers, analyst tools, compliance testing tools and legacy transition tools. If proposing FAR Part 12: successful offerors shall be required to deliver the following: CLIN 0001: Software media and licenses. This shall include support, documentation, and training material customarily provided to the public. The software shall include all modifications necessary to integrate the product with JMASS. (FAR 12.212) CLIN 0002: Software maintenance for one year for each copy delivered under CLIN 0001 If proposing GSA Schedule: successful offerors shall be required to deliver the following, to include applicable licenses, as necessary: Software media, software documentation, and training material as available. Provide one (1) year of support for changes made to the software media to interface with JMASS. Technical Description: The Joint Modeling and Simulation System (JMASS) is a flexible simulation toolkit that assists model developers, engineers, and analysts in the development of digital models, configuration and execution of simulations, and analysis of simulation results. The purpose of this solicitation is to integrate and test products with JMASS to satisfy joint program requirements. Source code for the current version of JMASS, with existing documentation, can be requested via the JMASS Web site www.jmass.wpafb.af.mil . Proposals which address one or more of the following JORD paragraphs will be considered: 4.A.1.h 4.A.2.d 4.A.3.a 4.A.4.a 4.A.4.d 4.A.5.d 4.A.9.b 4.A.9.c 4.A.10.b NOTE: The 31 Aug 98 version of the JORD can be accessed at http://www.pixs.wpafb.af.mil/pixslibr/JMASS/JMASS.asp. All Information Technology (IT) or non-IT items that are required to perform date/time processing involving dates subsequent to 31 Dec 99 shall be Y2K compliant. For proposals under FAR Part 12, the following provisions of the Federal Acquisition Regulation (FAR) apply to this solicitation and are in effect through FAC 97-12. Full text of FAR provisions can be found at : http://farsite.hill.af.mil/. FAR 52.212-1, Instructions to Offerors ? Commercial Items, is amended as follows: Paragraph (b) (4), a white paper addressing which JORD paragraph(s) are satisfied with this product and to what extent the product will require modifications to meet JMASS interfaces and/or data formats. Additionally, commercial product literature shall be submitted in lieu of detailed technical descriptions of the products offered. In addition, white papers shall be limited to five, 8 ? by 11 inch pages (including figures), single spaced, 10 point, Times New Roman font. All pages submitted in excess of this limit shall not be considered by the Government. Paragraph (b) (6), the price submitted shall include the cost to modify the product to interface with JMASS, license costs for a quantity of one (1) to ten (10) copies of the software, and cost for bulk purchases of software licenses in quantities of ten (10). The Government reserves the right to purchase one (1) or more license. The proposals shall be submitted to ASC/SMJK, Mark Nehls, by 1500, 26 July 1999. Oral presentations without discussions shall be conducted beginning 3 August 1999. However, the Government reserves the right to hold discussions and request final proposals. Presentations are limited to one and one-half (1?) hours and should be scheduled through Mark Nehls. Presentations must address the following: Commercial product capabilities, licensing, support, maintenance, the integration approach, and testing to make the product work with JMASS. A demonstration of the commercial product, as currently available to the general public, is required. Lastly, a discussion of past performance is required. The offeror is responsible for providing all equipment necessary for the presentation with the exception of an overhead projector and an LCD video projector. Paragraph (c), offerors? proposals shall be valid for sixty (60) days after proposal submission. FAR 52.212-2, Evaluation of Commercial Items, is amended as follows: Paragraph (a), the following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement, price, and past performance on similar efforts. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, with their offer. Clauses at FAR 52.212-4, Contract Terms and Conditions, Commercial Items, and FAR 52.212-5, Contract Terms and Conditions, Required to Implement Statutes or Executive Orders?Commercial Items, including paragraphs (a) (1) FAR 52.222-3, (a) (2) FAR 52.233-3, (b) (1) FAR 52.203-6, (b) (5) FAR 52.219-8, (b) (6) FAR 52.219-9, (b) (7) FAR 52.219-14, (b) (9) FAR 52.219- 25, (b) (11) FAR 52.222-21, (b) (12) FAR 52.222-26, (b) (13) FAR 52.222-35, (b) (14) FAR 52.222-36, (b) (16) FAR 52.225-3, (b) (21) (i) FAR 52.225-21, (b) (22) FAR 52.232- 33, (b) (23) FAR 52.232-34,(b) (25) FAR 52.239-1, (c) (4) FAR 52.222-44, DFAR 252.204-7004, DFAR 252.212-7001, DFAR 252.225-7017, DFAR 252.225-7035, DFAR 212 also apply to this acquisition. For proposals other than FAR Part 12, submit a white paper describing the technical approach to meet JORD requirements. White papers shall be limited to twenty-five 8 ? by 11 inch pages (including figures), single spaced, 10 point, Times New Roman font. All pages submitted in excess of this limit shall not be considered by the Government. Additionally, provide a cost proposal. The proposals shall be submitted to ASC/SMJK, Mark Nehls, by 1500, 26 July 1999. Oral presentations without discussions shall be conducted beginning 3 August 1999. However, the Government reserves the right to hold discussions and request additional proposals. Presentations are limited to one and one-half (1?) hours and should be scheduled through Mark Nehls. Presentations must address the following: proposed product capabilities, support, maintenance, the integration approach, and testing to make the product work with JMASS. A demonstration of the product, if available, is desired. Lastly, a discussion of past performance is required. The offeror is responsible for providing all equipment necessary for the presentation with the exception of an overhead projector and an LCD video projector. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement, price, and past performance on similar Government contracts. Other special requirements (applicable to either approach): It is anticipated that work performed under this contract will be unclassified. International Traffic Arms Regulations apply. Prior to acceptance of the deliverable, contractors shall be required to successfully demonstrate the deliverable integrated with JMASS. The version of JMASS used for the demonstration shall be the version, including patches, available from the JMASS Program Office 90 days prior to delivery of software media, available at: www.jmass.wpafb.af.mil. Demonstrations shall be conducted NLT 150 days after contract award. All deliverables shall be provided NLT 180 days after contract award to ASC/SMJ, 2145 Monahan Way, Wright-Patterson AFB, OH 45433-7017. Notice to Foreign-Owned Firms: such firms are asked to mmediately notify the Air Force point of contact cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. Point of Contact: Questions should be directed to Mark Nehls, ASC/SMJ, Building 28, Suite 152, 2145 Monahan Way, WPAFB, OH 45433-7017, (937) 255-0262 Ext. 3699, eMail, nehlsm@ntnotes2.ascsm.wpafb.af.mil or to David A. Wright, ASC/SMJ, Building 28, Suite 152, 2145 Monahan Way, WPAFB, OH 45433-7017, (937) 255-0262 Ext. 3699, eMail, wrightda@ntnotes2.ascsm.wpafb.af.mil. Mr. Stephen J. Plaisted has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and; therefore, for routine matters on individual solicitations, please contact Mark Nehls, Contract Negotiator, at (937) 255-0262 ext. 3699 or David Wright, Contracting Officer, at (937) 255-2425 ext. 3807. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Stephen J. Plaisted can be reached at (937) 255-9095 Posted 06/24/99 (D-SN346742). (0175)

Loren Data Corp. http://www.ld.com (SYN# 0349 19990628\70-0009.SOL)


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