Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
MODIFICATION

D -- REQUEST FOR QUOTE - BRAND NAME OR EQUAL

Notice Date
8/30/2007
 
Notice Type
Modification
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
20032-0305
 
Solicitation Number
Reference-Number-F1DT887234A001
 
Response Due
9/12/2007
 
Archive Date
9/27/2007
 
Point of Contact
Lynne Hanson, Contracting Officer, Phone (301) 981-2361, Fax (301) 981-3168,
 
E-Mail Address
lynne.hanson@andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis is posted regarding the commercial acquisition of a brand name (or equal) item in accordance with the requirements of FAR Parts 6.302-1(c) and 5.201(a)(6). For this combined synopsis,Request for Quotation (RFQ), simplified acquisition procedures will be used. AFDW/A7KS has a requirement for InXight Software for data mining. Under the contemplated contract, one year of perpetual licenses and one-year of maintenance support is required. Maintenance will cover major releases of software upgrades, documentation and trouble shooting, and technical support for the software. Justification for Limited (Brand Name) Source: SmartDiscovery Analysis Server, ThingFinder Professional Edition is the only commercially available text mining software identified to date, which is capable of processing multiple languages off the shelf that is without investing developmental funds to modify the software to add multilingual capability. Of importance, is the government's minimum requirement for an extremely robust text mining software with multiple language (specifically English and German) capability. Period of expected delivery date is approximately thirty (30) days after receipt of an award, with Maintenance being 12 months upon receipt of the software. The government intends to make a single award to the lowest priced, technically acceptable offeror. This proposed procurement is a 100% small business set-aside. Solicitation No. F1DT887234A001 is issued as a RFQ. The Standard Industrial Code (SIC) is 7379. The North American Industry Classification System (NAICS) Code is 511210 with a size standard of $18M. The RFQ letter is attached to this notice, and all responses will be considered. All items must be Brand Name or equal. If quoting equal items, vendors interested in this requirement shall submit a complete technical package, which provides clear and convincing evidence they meet the minimum government requirements. Only electronic responses shall be accepted via email, or fax (301.981.3168). Oral quotes are not acceptable. Anticipated award date will be on or around 15 September 2007. Responses due to this notice are due NLT 3:00 p.m. (EST), 12 Sept 2007. Point of contact for this notice is Ms Lynne Hanson, AFDW/A7KS, 1535 Command Drive, Room D303, Andrews AFB MD 20762-7002, Lynne.Hanson@andrews.af.mil. MODIFICATION TO ORIGINAL NOTICE IS AS FOLLOWS: DUE TO POSTING CONSTRAINTS, THE FOLLOWING IS PROVIDED WITHIN THIS NOTICE AND INTERESTED OFFERORS ARE REQUESTED TO SUBMIT THEIR REQUEST FOR AN ELECTRONIC COPY THROUGH THE CONTRACTING OFFICER AT THE ABOVE EMAIL ADDRESS. INTERESTED OFFERORS SHALL INCLUDE IN THEIR REQUEST THE SOLICITATION NUMBER PROVIDED WITH THIS NOTICE (F1DT887234A001). REQUESTS SHALL BE RECEIVED NLT 3:00 p.m. (EST), 6 Sept 2007. NOTE: THE RFQ CLOSING TIME AND DATE REMAINS THE SAME - 3:00 p.m., 12 SEPT 2007. 1. Solicitation No. F1DT887234A001 is issued as a RFQ. The government intends to make a single award to the lowest priced, technically acceptable offeror. This proposed procurement is a 100% small business set-aside. The Standard Industrial Code (SIC) is 7379. The North American Industry Classification System (NAICS) Code is 511210 with a size standard of $18M. All items must be Brand Name, or equal. If quoting equal items, vendors interested in this requirement shall submit a complete technical package, which provides clear and convincing evidence they meet the minimum government requirements. 2. Interested offerors shall complete the following Schedule, and only electronic responses shall be accepted via email, or fax (301.981.3168). Oral quotes are not acceptable. CLIN NO. ITEM QTY UNIT AMOUNT TOTAL AMOUNT O001 INXIGHT SOFTWARE for Data Mining O00101 Perpetual License - SDAS-TFP4 1 $ $ O00102 Perpetual License - LANGMOD 1 $ $ O00103 Perpetual License - TFP-RDW 1 $ $ O00104 Perpetual License GOVT-ENT-RP (12 Months DAC) SDAS-TFP4-AM 1 $ $ O00105 Perpetual License GOVT-ENT-RP (12 Months DAC) LANGMOD-AM 1 $ $ O00106 Perpetual License GOVT-ENT-RP (12 Months DAC) TFP-RDW-AM 1 $ $ Grand Total $ 3. Responses to this RFQ are due by 3:00 p.m. (EST), on 12 Sept 2007. Anticipated award date will be on or around 15 September 2007. Point of contact for this notice is Ms Lynne Hanson, AFDW/A7KS, 1535 Command Drive, Rm D303, Andrews AFB MD 20762-7002, (Email: Lynne.Hanson@andrews.af.mil ). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFDW/11CONS/Reference-Number-F1DT887234A001/listing.html)
 
Place of Performance
Address: 1535 COMMAND DRIVE/ANDREWS AFB (CAMP SPRINGS)/MD
Zip Code: 20762-7002
Country: UNITED STATES
 
Record
SN01391700-F 20070901/070830231209 (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.