Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
DOCUMENT

70 -- XACTA perpetual software license maintenance and sustainment services - DD254 - Statement of Work

Notice Date
9/9/2008
 
Notice Type
Statement of Work
 
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
HM1575-08-T-0016
 
Archive Date
9/26/2008
 
Point of Contact
Fleurelle Y Humphrey,, Phone: 314-676-0183
 
E-Mail Address
fleurelle.y.humphrey@nga.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for 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; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this acquisition is 511210. The reference number for this Request for Quote (RFQ) is HM1575-08-T-0016. The National Geospatial Intelligence-Agency has a requirement for 1 each, BRAND NAME XACTA IA Manager for Unlimited Server – Perpetual License maintenance for unlimited projects/systems, P/N: XIAM-UNL-MA and 360 labor hours of XACTA Sustainment Services, P/N: GA-51113, as outlined in the attached statement of work. NGA plans to solicit and award a firm fixed price contract under FAR Part 12 and 13. The statutory authority of the test program for commercial items (Section 4202 of the Clinger Cohen Act of 1996 and FAR 13.501). Telos Corporation owns the proprietary rights to the software code for the XACTA products associated with this requirement and only Telos can provide this product/service. There are no authorized resellers. The period of performance is as follows - Base Year - 09/15/2008 thru 09/14/2009. (Option Year One - 09/15/2009 - 09/14/2010; Option Year Two - 09/15/2010 - 09/14/2011; Option Year Three - 09/15/2011 - 09/14/2012. Services involve the performance of sustainment services at both NGA and the vendors facilities. Please see the attached Statement of Work and DD-254 Contract Security Classification Specification for details. The XACTA IA Manager software and related services referenced in this posting are proprietary products of the Telos Corporation. This combined Brand Name synopsis/solicitation is issued on a limited sources basis due to the agency’s existing need for Certification & Accreditation for DAA support team. The XACTA software and its maintenance and sustainment services is the only product that fulfills the form, fit, and function requirements of NGA at this time and is a EAL2 Common Criteria Certified product. Vendor(s) shall quote the number of hours, labor categories and firm fixed hourly rates for the sustainment services and IA maintenance for the Base and 3 option years. Delivery is FOB Destination. The place of performance is NGA Arnold, 3838 Vogel Road, Arnold MO 63010-6238. Total cost shall also include any shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the vendor by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Vendors 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; 52.219-8 Utilizing Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-23, 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, Equal Opportunity 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; 52.222-50 Combating Trafficking in Persons, 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.239-1 Privacy or Security Safeguards. The clauses at 52.217-5, Evaluation of Options and 52.217-9, Option to Extend the Term of the Contract. 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, DFARS 252.225-7012, Preference for Certain Domestic Commodities, Gratuities; DFARS; 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. Attachments are Statement of Work (1) and DD-254 – Contract Security Classification Specification (2). 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 9:00am Central Daylight Time, 11 SEP 2008. Send all offers/questions to Fleurelle Humphrey via e-mail at fleurelle.y.humphrey@nga.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=740e573592e8dddc897e2b768a7a0e5b&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: DD 254 (Generic Xacta DD254_1.pdf)
Link: https://www.fbo.gov//utils/view?id=90c8564dfd576c4da94f0d158054069e
Bytes: 75.46 Kb
 
File Name: Statement of Work (Statement of Work XACTA Maintenance and Sustainment.doc)
Link: https://www.fbo.gov//utils/view?id=75efe7a6741c724045a54abf956f7af1
Bytes: 23.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NGA Arnold, 3838 Vogel Road, arnold, Missouri, 63010-6238, United States
Zip Code: 63010-6238
 
Record
SN01663945-W 20080911/080909220817-740e573592e8dddc897e2b768a7a0e5b (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.