Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOLICITATION NOTICE

70 -- Terra Sight

Notice Date
4/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
NPL8G69036AS02
 
Archive Date
5/9/2009
 
Point of Contact
Pamela A. Laws,, Phone: 314-676-0182
 
E-Mail Address
pamela.a.laws@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 NPL8G69050AS01. The National Geospatial Intelligence-Agency has a requirement for the Terra Sight Manager (inc. player Advanced TS-1075); Terra Sight MTI Module; Terra Sight GeoRegistration Module and Terra Sight 3D Visualization Module and all items are to include technical support. NGA plans to solicit and award a firm fixed price contract under FAR Part 12 and 13 for Brand Name Terra Sight products. The statutory authority of the test program for commercial items (Section 4202 of the Clinger Cohen Act of 1996 and FAR 13.501). Pyramid Visions is the manufacturer of Terra Sight and SGI Federal is an authorized reseller. The requirement is for BRAND NAME software and technical support 1.) TS-1000 Terra sight Manager (inc. Player - Advanced TS-1075) to include technical support for 1 yr., Qty: 1 each. 2.) TS-1035 Terra Sight MTI Module to include technical support for 1 yr., Qty: 1 each. 3.) TS-1050 Terra Sight Geo Registration Module to include technical support for 1yr., Qty: 1 each. 4.) TS-1045 Terra Sight 3D Visualization Module to include technical support for 1yr., Qty: 1 each. The delivery of the software is requested 30 days after receipt of order. This combined synopsis/solicitation is issued on a limited sources basis due to the fact that Terra Sight is a unique terrain package. BRAND NAME acquisition is due to the highly specialized technical requirements. The Terra Sight software is the only product that fulfills the salient characteristics of this NGA requirement at this time. Delivery is FOB Destination. The place of performance is NGA Washington Navy Yard, NGA/PL/MS: N-52, Attn: Leon Vlahakes, MS N-52, 1200 First Street, SE, Washington DC 20303. 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 2005-32. 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 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. 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, 24 April 2009. Send all offers/questions to Pamela Laws via e-mail at Pamela.A.Laws@nga.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ce98e45d39168dfea131da4bb97a6fe2&tab=core&_cview=1)
 
Place of Performance
Address: Washington Navy Yard, NGA/PL/MS: N-52, Attn: Leon Vlahakes, MS N-52, 1200 First Street, SE, Washington DC 20303., Washington D.C., District of Columbia, 20303, United States
Zip Code: 20303
 
Record
SN01797017-W 20090422/090420221224-ce98e45d39168dfea131da4bb97a6fe2 (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.