Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

D -- COGNOS Software Maintenance

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Procurement and Contracts In Support of Analysis and Production Directorate (ACSM), Attn: ACSM Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
NEN8G19105AS17
 
Point of Contact
Kathleen D Allen, Phone: 314-676-0198
 
E-Mail Address
kathleen.d.allen@nga.mil
(kathleen.d.allen@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 541519. The reference number for this Request for Quote (RFQ) is NEN8G19105AS17. The National Geospatial-Intelligence Agency (NGA) has a requirement for COGNOS software maintenance for one base year plus three option years as described below. Cognos Maintenance obtained from IBM Corporation is the only maintenance that will support the form, fit and function requirements of NGA at this time. Please provide statement with your quote indicating that you are an authorized reseller. Also provide with your quote a description of what is included in ‘maintenance’. BRAND NAME JUSTIFICATION: COGNOS is a proprietary product of IBM Corporation and is utilized by NGA's Enterprise Operations Directorate and is critical to NGA's business operations. Only COGNOS brand software is acceptable for this requirement as it is already integrated into NGA’s architecture. Period of Performance for all items is for One year from date of award for Base Year. Description of Requirement: 1.P/N: RNJU-MN: ANALYSIS USER Migration – Standard Support (Qty = 300 each) 2.P/N: RNJV-MN: B1 Consumer Named Users – Standard Support (Qty = 1500 each) 3.P/N: RNJQ-MN: B1 Business Author Named Users – Standard Support (Qty = 50 each) 4.P/N: RNJH-MN: B1 Administrator – Standard Support (Qty = 3 each) 5.P/N: PCPY-MN: PowerPlay Client, unlimited right to copy and use on NT Clients – Standard Support (Qty = 1 each) 6.P/N: PYAMUX2-MN: PowerPlay Admin, Server, for use on a UNIX server in developing OLAP cubes in Oracle – Standard Support (Qty = 1 each) 7.P/N: PYAMNT-MN: PowerPlay Admin/Transformation Server, Database for use on NT Clients for developing and storing OLAP cubes in Oracle – Standard Support (Qty = 10 each) 8.P/N: CMMNU-MN: Cognos Metrics Manager Users – Standard Support (Qty = 3 each) 9.P/N: RNJQ-MN: Reportnet Business Author Users – Standard Support (Qty = 40 each) 10.P/N: RNJR-MN: Reportnet Professional Author Users – Standard Support (Qty = 20 each) 11.P/N: RNAM-MN: Reportnet Administrator – Standard Support (Qty = 1 each) Quote should contain Open Market Commercial pricing with any applicable discounts applied. 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 if ORCA Certifications have not been completed. 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: 52.204-7 Central Contractor Registration; 52.219-28 Post Award Small Business Program Representation, 52.222-3, Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 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: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments. 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. REQUEST OPEN MARKET COMMERCIAL PRICING with any applicable discounts applied. All offers are due to this agency no later than 12:00pm Central Daylight Savings Time, 28 August 2009. Send all offers/questions to Kathleen Allen via e-mail at Kathleen.D.Allen@nga.mil or via facsimile, (314) 676-3010. Questions or concerns regarding this synopsis/solicitation should be directed to Kathleen Allen at (314) 676-0198.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCM-WD-52/NEN8G19105AS17/listing.html)
 
Place of Performance
Address: NGA - Arnold, Attn: Kathleen Allen/ACSS-MS: L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238, United States
Zip Code: 63010-6238
 
Record
SN01924765-W 20090827/090825235520-a36c7877250204d3094fd3041ba2ed50 (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.