Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2008 FBO #2326
SOLICITATION NOTICE

70 -- ENVI - SARScape Licenses

Notice Date
4/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
ZIP Code
00000
 
Solicitation Number
NIJ8G47354AS04
 
Description
The National Geospatial-Intelligence Agency (NGA) intends to award a sole source firm fixed price contract to Research Systems, Inc. (dba: ITT Visual Information Solutions). This combined synopsis/solicitation is posted with the intent of awarding to Research Systems, Inc. (dba: ITT Visual Information Solutions), 4990 Pearl East Circle, Boulder, CO 80301-2530. These items are the sole proprietary product of the vendor and no other authorized resellers are anticipated. The requirement is for the following ENVI items: CLIN0001: P/N - 27BUNWINFLLIC SARScape Basic & inSAR Bundle Windows Floating License and Maintenance (Qty = 2), CLIN0002: P/N - 27PIWINFLLIC SARScape Polarimetry & PollnSAR Windows Floating License and Maintenance (Qty = 2), CLIN0003: P/N - 27FIWINFLLIC SARScape Filter Windows Floating License and Maintenance (Qty = 2), CLIN0004: P/N - 27FOWNFLLIC SARScape Focusing Windows Floating License and Maintenance (Qty = 2), CLIN0005: P/N - 27SIWINFLLIC SARScape ScanSAR Interferometry Windows Floating License and Maintenance (Qty = 2), CLIN0006: P/N - 27BWINFLLIC SARScape Persistent Scatterers Module and Maintenance (Qty = 2). Period of performance should cover timeframe from Award to 06/30/2008. BRAND NAME JUSTIFICATION: ENVI is a proprietary software application made by ITT Visual Information Solutions. Selection of a different product would not be compatible with our customers needs as this software is used to support Research and Development of exploitation and analysis algorithms and tools that will immediately be compliant and interface with the NGA legacy Systems. New tools and algorithms are tested in a simulated operational environment to determine if and how they will function when placed in research and development using these applications. Due to the fact that this software is already integrated into the NGA enterprise it would be extremely costly for the Agency to switch to a new type of software. A switch at this juncture would cause personnel to have to be trained to use new software and NGA would suffer unacceptable production delays due to the implementation of any new software. Delivery is FOB Destination to NGA Reston, Attn: William J. Harrison/IJ, 12310 Sunrise Valley Drive, MS: P-129, Reston, VA 20191-3349 in the quantities listed above. Quotes should contain Open Market Commercial pricing with any applicable discounts applied. All boxes must be sealed and unopened. 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 2005-24. 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, 52.222-3 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; 52.225-13, 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. In accordance with FAR 12.603(a) (3) (iii) Offers are due to the following email address no later than 12:00 p.m. Central Daylight Time (CDT) on 10 April 2008. REQUEST OPEN MARKET COMMERCIAL PRICING with any applicable discounts applied. Quote should be submitted to Kathleen D. Allen via email at Kathleen.D.Allen@nga.mil or via facsimile, (314) 676-3010. Questions or concerns regarding this synopsis/solicitation should be directed to Kathleen Allen at (314) 676-0198.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=05488cbfebfb1cf2cf3d2c00f6b2695f&tab=core&_cview=1)
 
Record
SN01548561-W 20080409/080407215933-05488cbfebfb1cf2cf3d2c00f6b2695f (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.