Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
SOLICITATION NOTICE

D -- Twister/SQS Maintenance

Notice Date
9/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSSS - NGA Facility/Enterprise Support, Attn: OCSSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238, United States
 
ZIP Code
63010-6238
 
Solicitation Number
HM157514R0022
 
Point of Contact
Patrick J. Higgins, Phone: 3146760184
 
E-Mail Address
patrick.j.higgins@nga.mil
(patrick.j.higgins@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for: Product ID Description QTY TDF-10N-LIC Twister Data Framework Maintenance (Reinstatement) (PoP: 9/30/2013 - 6/30/2014) 1 TDF-10N-LIC Twister Data Framework Maintenance (PoP: 7/1/2014 - 6/30/2015) 1 TS-SQS-WP-S SQS Workplace Subscription (PoP: 7/1/2014 - 6/30/2015) 7 TS-SQS-WP-1-S SQS Named User Workplace (PoP: 7/1/2014 - 6/30/2015) 775 TS-SQS-E-1-S SQS Named User Enterprise (PoP: 7/1/2014 - 6/30/2015) 16 TS-SQS-E-FL-SS SQS Concurrent User Enterprise (PoP: 7/1/2014 - 6/30/2015) 50 TS-SQS-WP-S SQS Server Enterprise Subscription (PoP: 7/1/2014 - 6/30/2015) 345 TS-SQS-E-1-S SQS Named User Enterprise (PoP: 7/1/2014 - 6/30/2015) 2500 TS-SQS-E-FL-S SQS Concurrent User Enterprise Subscription (PoP: 7/1/2014 - 6/30/2015) 550 In accordance with the format in FAR part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference number for this Request for Proposal (RFP) is HM1575-14-R0022. This is a request for proposal for the items listed above. The Boeing Company developed and markets the Twister and SQS software. The Boeing Company is the sole source for this proprietary software and maintenance and does not license resellers of SQS in the United States. NGA intends to issue a single award for Twister and SQS software. This notice is not a request for competitive proposals. The Government reserves the right to cancel this solicitation, with no obligation to the vendor by the Government. If any interested party is capable of fulfilling all of NGA's requirements, please explain in a two-page capability statement submitted to Patrick J. Higgins at Patrick.J.Higgins@nga.mil or Donna J. Warren at Donna.J.Warren@nga.mil by 12 September 2014 by 8:00 a.m. Central Time. The North American Industry Classification System (NAICS) code for this acquisition is 511210. This requirement is for Electronic and Information Technology (EIT) which must meet the accessibility standards established by Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 7941). The specific Technical Standard that applies is Technical Standard: 1194.21 - Software Applications and Operating Systems and Functional Performance Criteria – 1194.31. In responding to the RFP, vendors must state if the products offered meet the identified Technical Standards. General information regarding the Section 508 Act can be found at the web The following clauses and provisions apply to this acquisition: TIME OF EQUIPMENT DELIVERIES Deliveries shall be accomplished between the hours of 0700 and 1500 local time exclusive of Saturdays, Sundays and Federal holidays at the address indicated unless other limitations are identified herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-76. The provision FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Vendors are required have FAR 52.212-3 (Alt. 1), Offeror Representations and Certification--Commercial Items included in their System for Award Management (SAM) record. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause 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 (Alt.1) - Restrictions on Subcontractor Sales to the Government; 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters; 52.219-8 Utilization of Small Business Concerns; 52.219-9 Small Business Subcontracting Plan; 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3 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 Veterans; 52.222-36 - Affirmative Action for Workers with Disabilities; 52.222-37 - Employment Reports on Veterans; 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim and 52.239-1 Privacy or Security Safeguards. The clause 52.222-22 Previous Contracts and Compliance Reports, also applies to this acquisition. 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. The following additional clauses and provisions apply to this acquisition: 5X52.232-9000 SUBMISSION OF INVOICES (SEP 2012) (a) The contractor shall prepare each invoice in accordance with the Prompt Payment Act. Fax one copy to DoD/FPC Scott AFB IL at (614) 701-2675 or toll free at (855) 293-0972 or DSN 791-2675. DoD/FPC Scott AFB IL prefers a faxed copy, but will accept any hard copy that is mailed to their office listed on the face of the contract/order. (b) At the same time of submission of the invoice to the FPC vendor pay office, the contractor will send one copy to Patrick J. Higgins at Patrick.J.Higgins@nga.mil and one copy to John W. Neal at John.W.Neal@nga.mil. The contractor shall ensure that the invoice submitted to the payment office is the same invoice that is submitted to Donna J. Warren and the John W. Neal, without alteration. (c) The technical POC will complete the receiving report and fax one copy to DoD/FPC Scott AFB IL at (614) 701-2675 or toll free at (855) 293-0972 or DSN 791-2675, and one copy to the CO shown on the face of this contract/order. (d) Contractors wishing to check the status of their vouchers should do so by calling Vendor Inquiry at (636) 321-5251. In addition, questions may be directed to the contracting officer administering the contract. In the absence of an administrative contracting officer, contact the procurement contracting officer, whose name and contact information appears on the face page of this contract/order. 5X204.404-90 DISCLOSURE OF INFORMATION (DEC 1991) (a) The Contractor shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document), pertaining to any part of this contract or any program related to this contract, unless- (1) The Contracting Officer has given prior written approval; or (2) The information is otherwise in the public domain before the date of release. (b) Requests for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The Contractor shall submit its request to the Contracting Officer at least 45 days before the proposed date for release. (c) The Contractor agrees to include a similar requirement in each subcontract under this contract. Subcontractors shall submit requests for authorization to release through the prime contractor to the Contracting Officer. 5X52.227-9000 UNAUTHORIZED USE OF NGA NAME, SEAL AND INITIALS (a) As provided in 10 U.S.C. Section 425, no person may, except with the written permission of the Director, National Geospatial-Intelligence Agency, knowingly use the words "National Geospatial-Intelligence Agency", National Imagery and Mapping Agency" or "Defense Mapping Agency", the initials "NGA", "NIMA" or "DMA", the seal of the National Geospatial-Intelligence Agency, National Imagery and Mapping Agency or the Defense Mapping Agency, or any colorable imitation of such words, initials, or seal in connection with any merchandise, retail product, impersonation, solicitation, or commercial activity in a manner reasonably calculated to convey the impression that such is approved, endorsed, or authorized by the Director, NGA. (b) Whenever it appears to the U.S. Attorney General that any person is engaged or about to engage in an act or practice which constitutes or will constitute conduct prohibited by paragraph (a), the Attorney General may initiate a civil proceeding in a district court of the United States to enjoin such act or practice. Such court shall proceed as soon as practicable to hearing and determination of such action and may, at any time before such final determination, enter such restraining orders or prohibition, or take such other action as is warranted, to prevent injury to the United States, or to any person or class of persons whose protection the action is brought. 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) When submitting a request for payment, the Contractor shall: (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. 5X52.227-9001 ACTIVITIES THAT AFFECT U.S. PERSONS This contract is sponsored by the National Geospatial-Intelligence Agency. All work and services to be performed hereunder shall be in strict compliance with procedures set forth in DoD 5240.1-R. 5X252.204-7000-90 PUBLIC RELEASE OF INFORMATION Information pertaining to this contract shall not be released to the public except as authorized by the Contracting Officer in accordance with DFARS 252.204-7000, Disclosure of Information. Requests for approval to release information pertaining to this contract shall be submitted to the Contracting Officer by means of NGA Form 5230-1, National Geospatial-Intelligence Agency Request for Clearance for Public Release. The following DFARS clauses are included: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.247-7023, Transportation of Supplies by Sea Vendors must be approved and registered in the System for Award Management (www.sam.gov) before award can be made. All offers are due to this agency no later than 8:00 a.m. Central Daylight Savings Time, 12 September 2014. Send all offers/questions to Patrick J. Higgins via e-mail at Patrick.J.Higgins@nga.mil, no telephone responses will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM157514R0022/listing.html)
 
Record
SN03505124-W 20140912/140910235910-bb24bd71ff01bc1ae7f5983f0fea45a5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.