Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

70 -- BRAND NAME VOYAGE SOFTWARE

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
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
HM157509T0022
 
Archive Date
7/23/2009
 
Point of Contact
Scott J Hardin, Phone: 314-676-0203
 
E-Mail Address
scott.j.hardin@nga.mil
(scott.j.hardin@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 334111. The reference number for this Request for Quote (RFQ) is HM157509T0022. The National Geospatial Intelligence-Agency (NGA) has a requirement for software as outlined below. NGA plans to issue a sole source, firm fixed price Purchase Order to: Sperry Marine, a division of Northrop Grumman Systems Corporation, 6608 Sun Scope Dr., Ocean Springs, MD 39564-8608. The Purchase Order will be issued under FAR Parts 12 and 13. STATUTORY AUTHORITY: The proposed contract action may be awarded on a sole source basis under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). Sperry Marine has proprietary rights to the software code for the Voyage products associated with this requirement and is the only known source that can provide these items. No other vendor or distributor can legally obtain access to the software and no other vendor can make duplicate copies since it is protected by copyright and patent laws. The requirement is for BRAND NAME VOYAGE SOFTWARE as listed below: 1) Quantity of 25, Voyage Management System (VMS) Licenses V8.2 The National Geospatial-Intelligence Agency has a requirement for brand name software as outlined above. All of the products referenced in this posting are proprietary products of Sperry Marine. Sperry Marine is the sole producer of VMS software. The VMS software suite is the only software that fulfills the form, fit, and function requirements of the NGA at this time due to the fact that the software must be integrated with system components that will not function with other brands of software. Vendors that respond to this solicitation must be authorized resellers of Sperry Marine. Vendor shall quote all or none of the listed items. Delivery is FOB Destination. Delivery will be made to the following location: (1) NGA, Attn: Michael Bechberger MS D-227, 4600 Sangamore Road, Bethesda, MD 20816. Total cost shall 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 2005-34. 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: 52.219-28 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-15, Energy Efficiency in Energy-Consuming Products; 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: DFARS 252.247-7023 with Alternate III, Transportation of Supplies by Sea; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 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 2:00pm Central Time, Wednesday 08 Jul 2009. Send all offers to Scott Hardin via e-mail at scott.j.hardin@nga.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM157509T0022/listing.html)
 
Place of Performance
Address: NGA, 4600 Sangamore Road, Bethesda, Maryland, 20816, United States
Zip Code: 20816
 
Record
SN01862455-W 20090703/090702000832-da4564399aa2e13644b4cbde60c0bc51 (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.