Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

70 -- wInsight Software

Notice Date
7/30/2008
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
HM157508T0013
 
Response Due
8/8/2008 5:00:00 PM
 
Archive Date
8/23/2008
 
Point of Contact
Susan G Legatowicz,, Phone: 3146760204, Carol Tankersley,, Phone: 3146760121
 
E-Mail Address
Susan.G.Legatowicz@nga.mil, Carol.J.Tankersley@nga.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for brand name wInsight software in accordance with FAR Subpart 12.6, as supplemented, using FAR Part 13 Simplified Acquisition Procedures, and the instructions and requirements specified in this notice. This announcement constitutes the only solicitation; quotations 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 and intends to award a firm-fixed price purchase order pursuant to Federal Acquisition Regulation (FAR) Parts 12 and 13 for brand name wInsight software as follows: Line Item 0001: Continued right to use the following software as Enterprise software throughout the National Geospatial-Intelligence Agency, including VIP Maintenance and support. Period of performance: 12 months from effective date of order, inclusive. wInsight Stand-alone - Product #2 - 29 each wInsight Admin Stand-alone - Product # 6 - 16 each C/S Glue, MSP 98/00/02 - Product # 54 - 11 each C/S Glue Viewer, Stand Alone - 29 each Risk + Version 2 - 10 each wInsight Web Sets - 100 each Line Item 0002AA: wInsight Dashboard Software License QTY: 1 EA. Period of performance: 12 months from effective date of order, inclusive. Line Item 0002AB: wInsight Dashboard Software Maintenance and Support QTY: 1 EA in support of Line Item 0002AA. Period of performance: 12 months from effective date of order, inclusive. The NAICS code for this acquisition is 511210. Neither multiple awards nor partial awards will be made as a result of this notice. Offeror’s responses must specify prices at unit, extended line item, and total package price. Award will be made on an all-or-none basis with only one award made to the lowest price offeror who meets the requirement for all line items. Contractors must be authorized and licensed by the manufacturer to sell the items listed in this notice. Contractors that are not licensed and authorized by the manufacturer to sell the items and / or products listed herein will not be considered for award. This combined synopsis / solicitation is issued on a limited sources basis due to the agency’s need for wInsight software. Brand name: wInsight software set forth at Line 0001 herein has been integrated into the agency baseline through a strategic Enterprise License Agreement. The solicitation for this requirement is HM157508T0013. Delivery: no later than 15 days after effective date of order, FOB Destination to National Geospatial-Intelligence Agency, Arnold, MO. The Government reserves the right to cancel this solicitation, with no obligation incurred by the government to any prospective offeror. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification—Commercial Items, with their offer, or certify they are registered with EGov on Line Representations and Certifications (ORCA). 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 and invokes clauses required by statute applicable to Defense acquisitions of commercial items: 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor, Cooperation with Authorities and Remedies (FEB 2008) (E.O.13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4211 and 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793): 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (OCT 2003); 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008); 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (MAR 2008) applies to the acquisition with the following clauses: 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207); 252.225-7001, Buy American Act and Balance of Program (JUN 2005), and 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005); 252.227-7015 Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227); 252.247-7023, Transportation of Supplies by Sea, (MAY 2002) (10 U.S.C. 2631). The clauses at DFARS 252.204-7000, Disclosure of Information (DEC 1991), and 252.204-7006, Billing Instructions, (OCT 2005), will be incorporated into the purchase order. To view FAR and DFARS clauses, visit farsite.hill.af.mil. NGA clauses as follows will be incorporated by full text into the resultant contract: NGA: Submission of Invoices; NGA: 5X52.227-7000 Unauthorized Use of NGA Name, Seal, and Initials; NGA: 5X52.227-9001 Activities that Affect US Persons; and NGA: 5X252.204-7000-90 Public Release of Information. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. Request open market pricing. Award to the successful offeror will be made via purchase order. Responsible sources may submit a response to Susan Legatowicz via electronic mail to Susan.G.Legatowicz@nga.mil or by facsimile to 314-676-3010. Oral responses will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a77bf29cca6f2d91fab4e00d69733062&tab=core&_cview=1)
 
Place of Performance
Address: SHIP TO National Geospatial Intelligence Agency, 3838 Vogel Road M/S L-063, Arnold MO, MARK FOR Carol Tankersley, Arnold, Missouri, 63010, United States
Zip Code: 63010
 
Record
SN01626963-W 20080801/080730222431-a77bf29cca6f2d91fab4e00d69733062 (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.