Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 30, 2017 FBO #5881
SPECIAL NOTICE

99 -- Intent To Sole Source - Intent to Sole Source

Notice Date
12/28/2017
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XHC67341AW02
 
Archive Date
1/4/2018
 
Point of Contact
Richard R. Caesar, Phone: 3349533100, Marcus Abram, Phone: 334-953-5530
 
E-Mail Address
richard.caesar.1@us.af.mil, marcus.abram@us.af.mil
(richard.caesar.1@us.af.mil, marcus.abram@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice of intent is not a request for quotes and no solicitation is available. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The 42nd Contracting Squadron at Maxwell AFB, AL hereby gives notice of intent to award a sole source contract to Environmental Systems Research Institute, 380 New York St, Redlands CA 92373-8118. The North American Industry Classification System (NAICS) Code is, 511210 for the purchase of a Data Appliance for ArcGIS World Standard that is a Commercial off the Shelf (COTS) Software delivered on a 4U Network Storage Device to be installed and operated at the LeMay Center Wargaming Institute. Description of the Requirement: The contractor must provide the items as specified in the following CLIN structure. Item No. Description of Requirement Quantity 0001 ESRI Data Appliance for ArcGIS, World Standard Option with Data Appliance for ArcGIS Software. PoP: 28 Dec 2017 - 26 Dec 2018 1 Ea 0002 Installation and Configuration PoP: 28 Dec 2017 - 15 Jan 2018 1 Ea Justification for Sole Source This justification is being issued to allow for the award of a firm-fixed price contract to Environmental Systems Research Institute, Inc. (ESRI) for the purchase of an ArcGIS Data Appliance. Market Research indicates no other vendor provides a map repository software application of world-wide maps usable on a closed network using Silverlight web mapping Application Program Interface (API). Silverlight is the application program interface currently used by LeMay Center/WG. The ArcGIS Data Appliance is required to be integrated with the existing ESRI software licenses. The ArcGIS Data Appliance will enhance the LeMay Center/WG ability to view spatial data, perform spatial analysis, manipulate Geographic Information System (GIS) data, provide content layers equal to Representational State Transfer (REST) services available over the Internet. This is all critical to providing the Common Operations Picture for our Web Forces applications supporting wargames. The initial requirement was competitively awarded under contract FA3300-15-P-0021 to ESRI. Additionally, LeMay Center/WG has invested 12 months interfacing our Web Forces applications with ESRI. If another suitable product was available, another 6 to 12 months of programming would be required to achieve the operability available using ESRI. These cost cannot be recovered through competition. Responses: If there are any other businesses that can provide the specified services, they must respond to this notice before 4:00 PM, CST on 03 Jan 2017. If your company can meet this requirement please respond to the following questions: •1. Is your company capable of meeting this requirement? Please respond "Yes" or "No." •2. If you responded "Yes" to the previous question, please answer the following questions. •a. Where is your software hosted? •b. Can your software/data appliance be delivered and installed within 12 business days? •c. Does your warranty cover systems which handle classified data? •d. Is your product Commercial of the Shelf? The North American Industry Classification System (NAICS) Code is 511210, and the size standard is 1250. As implemented by the Federal Acquisition Regulation (FAR) 13.106(b)(1), this will be a firm-fixed price contract. If there are any other businesses that can provide the specified services, they must respond to this notice before 4:00 PM, CST on 03 Jan 2018. Firms responding to this intent to sole source are asked to provide the following information in their initial response: company's full name, business size, address, point of contact, and a clear indication as to whether or not they can provide the item the government is seeking. Oral submissions of information are not acceptable, and will not be accepted in response to this notice. If no responses are received by the above referenced date/time, a sole source contract will be awarded to to Environmental Systems Research Institute, 380 New York St, Redlands CA 92373-8118. The Points of Contact (POC) for this notice are SrA Richard Caesar, Contract Specialist who can be contacted at richard.caesar.1@us.af.mil or Mr. Marcus Abram, Contracting Officer who can be contacted at marcus.abram@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHC67341AW02/listing.html)
 
Place of Performance
Address: 50 South LeMay Plaza, Maxwell AFB, Alabama, United States
 
Record
SN04777766-W 20171230/171228231046-4adc552d8f989ffd1a3eee875499d172 (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.