Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

70 -- BRAND NAME GeoExpress 7 Software and Maintenance

Notice Date
6/8/2009
 
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
8G39103AS01
 
Archive Date
6/27/2009
 
Point of Contact
Brian R. Ashton, Phone: 3146760197
 
E-Mail Address
brian.r.ashton@nga.mil
(brian.r.ashton@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 NSP8G39103AS01. Item 1 GeoExpress 7- Unlimited Bundle; 4 EA. (Part Number: 101-036-7) Item 2 GeoExpress 7- Upgrade from 5.3, 2 EA. (Part Number: 101-036-7UV6-2) Item 3 Express Server 6.1 Annual Maintenance, 2 EA. (Part Number: 301-022-7R) The National Geospatial-Intelligence Agency has a requirement for software and maintenance as outlined above. All of the products referenced in this posting are proprietary products of LizardTech. LizardTech is the sole producer of GeoExpress and its maintenance. NGA requires the software maintenance and upgrades to support existing applications. The LizardTech software and maintenance is the only software that fulfills the form, fit, and function requirements of NGA at this time. No other software producer manufactures a product or service which fulfills the requirements of the software. Delivery of the software shall be on or before 1 July 2009. The period of performance for Item 2 shall be 1 July 2009 thru 30 June 2010. The period of performance of the reinstatement for Item 3 is 1 Sept 2008 thru 30 June 2009; POP of maintenance of Item 3 shall be 1 July 2009 thru 30 June 2010. Only authorized GeoExpress resellers will be considered. All offerers must submit with their quote, written documentation from LizardTech validating the right to resell. Quotes submitted without this documentation will not be evaluated or considered for award. This combined synopsis/solicitation is issued on a full and open competitive basis. Delivery is FOB Destination. 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, 52.222-54, Employment Eligibility Verification, 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, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirements to Inform Employees of Whistleblower Rights. 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. All offers are due to this agency no later than 9:00am Central Daylight Savings Time, 12 June 2009. Send all offers/questions to Brian Ashton via e-mail at Brian.R.Ashton@nga.mil. All quotes shall be submited via email to the address listed below. Point of Contact(s): Brian Ashton, Contract Specialist, Phone 314-676-0197, Fax 314-676-3010, Brian.R.Ashton@nga.mil Contracting Office Address: Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13 3838 Vogel Road, Arnold, MO, 63010-6238, UNITED STATES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/8G39103AS01/listing.html)
 
Place of Performance
Address: 3838 Vogel Road, ATTN: Kevin Boyer, MS: L-070, Arnold, Missouri, 63010, United States
Zip Code: 63010
 
Record
SN01838391-W 20090610/090608234551-bcaafb59e56af3c11a4465f5c37285e8 (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.