Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
MODIFICATION

70 -- Analytical Support Software

Notice Date
9/7/2007
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, PLD/DITCO-NCR/PL64, Special Projects Branch, P.O. 4502, Arlington, VA, 22204-4502, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-07-7137
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Point of Contact
David Baum, Contract Specialist , Phone 703-607-4605, Fax 703-607-4611, - David Baum, Contract Specialist , Phone 703-607-4605, Fax 703-607-4611,
 
E-Mail Address
David.Baum@disa.mil, David.Baum@disa.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Combined synopsis/solicitation, for commercial items prepared in accordance with the format in Subpart 12.6 The proposed contract is 100% set aside for small business concerns. North American Industry Classification System Code 541511 and Size Standard not to exceed $23M. A firm-fixed price contract is contemplated. The anticipated award date is two weeks after response/closing date. Requirement: CLIN 0001 1 each Polyanalyst analytical support software V 6.0 or equivalent The government is seeking a software suite to support research, indexing, text mining, and data extraction from commercial databases and internet searches. Commercially available products such as Megaputer's Polyanalyst, or a combination of software tools that provide similar capability are sought. The government requires 6 copies for installation to networked workstations and 2 copies for installation on laptop computers which will be used in a stand-alone capacity. Any software licensing should be tied either to the organization or to the individual machine. The government will require training for 10 people with the initial delivery. Maintenance and recurring training and support costs should be proposed as an option. Evaluation Criteria: The evaluation criteria for this requirement is Lowest Price Technically Acceptable (LPTA). To be technically acceptable the successful offeror must propose a software application or combination of applications which will meet all the attached technical capabilities. Delivery: FOB destination and delivered to Kirtland AFB, New Mexico Delivery is 2 weeks after receipt of order. Submission Instructions: Responses must be emailed to both of the following email addresses: david.baum@disa.mil and Nag.Contracting@kirtland.af.mil. Responses must be received no later than 11:00 AM local time (Arlington, VA) on 17 Sep. 2007. Contractor Questions/Government Answers: Question 1. The solicitation speaks of 6 copies for installation to networked workstations and 2 copies for installation on laptop computers. Does the government require 9 copies of the product total? Or 1 original and 8 licenses? Please specify. Answer 1. Either approach is acceptable. The government's objective is to have six networked workstations and two laptops with installed software licensed to run the software simultaneously. If the offeror's licensing model is 1 license per software copy, then 8 licensed copies of the software would be required. If the offeror's licensing model is such that the licenses and software are severable, then 8 licenses and a single copy of the software would be acceptable. Question 2. Does the government want training packages (i.e., 5-person pack) or single classes as required? Answer 2. A single class, onsite at the government facility preferred. Question 3. Please explain the purpose of listing the Technical capabilities. Answer 3. These are the performance traits an offeror's software application or suite of applications must possess for the government to consider the proposed application or suite of applications acceptable. Question 4. Does the government expect any onsite technical support for installation and support? Answer 4. The government expects the software to be properly installed and configured on the target machines. If onsite installation support is required to achieve that, then it should be included in the offer. If continuing support for the software is required to maintain capability once the software is installed, then that should also be included in the offer. Question 5. If not, is there an incumbent to provide this support? Answer 5. No incumbent.
 
Place of Performance
Address: 2250 3rd Street SE, Bldg 20423, Kirtland AFB, NM
Zip Code: 87117-5609
Country: UNITED STATES
 
Record
SN01398056-W 20070909/070907220135 (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.