Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

70 -- Maintenance for Feature Analyst Network Token

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Information Services Support Branch (ACSI), 3838 Vogel Road, Arnold, MO, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
EN888862350100
 
Response Due
9/19/2006
 
Archive Date
10/4/2006
 
Description
This is a combined synopsis/solicitation for brand name 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; proposals are being requested and a written solicitation will not be issued. NGA intends to solicit and award a firm-fixed price purchase order under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) code for this acquisition is 541519 with small business size standard $23M. The solicitation is issued under the number EN888862350100. The requirement is for the following: 1. Maintenance for Feature Analyst Network Token, Qty 8 each 2. Maintenance for Feature Analyst Stand Alone, Qty 5 each BRAND NAME JUSTIFICATION: The Feature Analyst (FA) software improves the timeline by automating the feature extraction process and quickly fulfilling NGA customers? needs. NGA also use the FA software to enhance their intelligence capability (i.e., ability to automatically identify sea mounds for marine safety). Without the FA tool, NGA and external customers may be adversely impacted by not getting their products in time for critical decisions and mission planning. Currently, FA is used by over 60 NGA analysts through Production and Source organizations. This software is needed to assist the analyst in performing automatic feature delineation using multi-spectural data. This software has greatly improved the amount of data collection performed by the analysts. Without the maintenance renewal Integrated Exploitation Capability (IEC) Analyst across NGA will not have access to this took, and IEC will not be able to meet the current requirements. Delivery is FOB Destination to NGA Arnold, 3838 Vogel Road, Attn: Sheri A. Jones/ EN, MS L-051, Arnold, MO 63010-6238 in the quantities listed above. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. Only Authorized Visual Learning Systems (VLS) Resellers that are recognized by VLS to sell their product will be considered. Please provide earliest ship dates. All offerors must submit, with their quote, written documentation from VLS showing that offeror is authorized to provide all items to NGA. Quotes submitted without this documentation will not be evaluated and considered for award. Refurbished items are not acceptable for this requirement. All boxes must be sealed and unopened. Delivery is FOB Destination to addresses identified with CLINs on this synopsis/solicitation. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.233-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. All offers are due to this agency no later than 12:00 p.m., Central Daylight Time (CDT), 19 Sep 06. Send all offers via e-mail to Audrey.L.Smith@nga.mil or via facsimile, (314) 263-8024. NO TELEPHONE RESPONSES WILL BE ACCEPTED.
 
Record
SN01147344-W 20060920/060918221623 (fbodaily.com)
 
Source
FedBizOpps 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.