Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
MODIFICATION

70 -- EQuIS 5 and Related Software Licenses

Notice Date
9/15/2004
 
Notice Type
Modification
 
Contracting Office
Environmental Protection Agency, Remedial & Program Support Contract Unit, 61 Forsyth Street, Sw, Atlanta, GA 30303
 
ZIP Code
30303
 
Solicitation Number
RFQ-GA-04-00059
 
Response Due
9/24/2004
 
Archive Date
10/24/2004
 
Description
NAICS Code: 541511 The purpose of this amendment is to change solicitation number RFQ-GA-04-00059 from a sole source basis to a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6. This notice constitutes the only solicitation; Quotations are being requested and a written soliciation will not be issued. This soliciation no. RFQ-GA-04-00059 is a 100% small business set aside under NAICS code 541511. The small business size standard is $21 million. EPA Region 4 intends to purchase the following items: 1) EQuIS 5 Server License- Oracle based or equal, including source code and data model, Unlimited-user license,1 each; 2) EQuIS 5 Professional License or equal, 5-concurrent user license, 1 each; 3) EQuIS 5 Professional ArcGIS 9 Integration License or equal, 10-concurrent user license, 1 each; 4) EQuIS Enterprise EDP with EDD workflow Automation or equal, Unlimited-user license, 1 each; 5) EQuIS Enterprise EZView or equal, Unlimited user license, 1 each; 6) EQuIS Enterprise Information Agents or equal, unlimited user license, 1 each; 7) Annual Maintenance for the period 10/01/04 - 9/30/05, 12 months; 8) EQuIS Enterprise or equal on-site installation, 1 Lot; 9) RockWorks 2002, 5-pack Concurrent Use License and LogPlot 2003, 5-pack Concurrent Use License, 1 each; and 10) Golden Software's Surfer Version 8, 5-User Concurent Use License. The EQuIS and EQuIS Enterprise or Equal software shall fully integrate with SURFER, RockWorks and LogPlot; fully integrate with ArcGIS; provide data checking, acceptance and import capabilities via a Notes Email Server; be compatible with EPA versions of multi-media electronic data deliverables (MEDD); and, provide customizable data checker to meet the needs of a constantly changing data stream. The software will be used to manage environmental data from the various programs administered by Region 4, EPA. It shall be able to meet the needs of environmental professionals using advance software on more complex sites, as well as those needing only simple tables or reports. The software shall be capable of generating cross-tab tables of data in .pdf, .xls, and .html formats, while highlighting data against at least two separate criteria (i.e., Federal and State criteria) simultaneously. The software shall be capable of being implemented as a large scale enterprise system with a minimum of 100 users. The software shall be able to automatically generate maps and tables based on events such as an exceedance of criteria, or new data. The software shall be currently available and delivered and installed within 30 days after award. The software shall be Section 508 compliant. Award shall be based on best value where price is equally important to meeting the following evaluation criteria. The vendor shall submit information with their quotation that demonstrates the above requirements can be met by the proposed software. In addition, 1) The vendor shall provide information that demonstrates the software is easy to use, with features supporting both advanced and ordinary users; 2) The vendor shall demonstrate the software can be easily modified to accept new types of data, as new methods and instruments are developed; 3) The vendor shall provide past performance information providing this software to other customers similar in size to an EPA Reigional office or State Organization. Include the name of the Company or Agency, contract number, period of performance and Contracting Officer or Project Officer point of contact information.The FOB point is destination and prices shall include shipping. Advance payments are not authorized but can be made monthly in arrears under the resulting purchase order. The provision at FAR 52.212-1, Instruction to Offerors Commercial items applies to this acquisition. Offeror quotations shall contain the following information: RFQ number, Name, Address, and Telephone number; Terms of the expressed warranty, total price and any discounts terms. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in this solicitation. Period of Acceptance of Offers: The offeror agrees to hold the price in its offer firm for 30 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum to the solicitation. Late Offers: RFQ or modification of quotes received at the address specified for the receipt of offers after 4:30 P.M. on September 24, 2004 will not be considered. The government anticipates award using simplified acquisition procedures. All offerors MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REREGISTRATION (CCR) data base prior to award. Information concerning the CCR may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. The following FAR clauses apply to this soliciation and are incorporated by reference. All FAR clauses may be viewed in full text via the Internet at http:www.arnet.gov/far Federal Acquisition Regulation Table of Contents. Oferors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items. Offerors that fail to furnish the required representation information or reject the terms and conditions of the solicitation, may be excluded from consideration. FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Comercial Items. Pursuant to FAR Clause 52.212-5, the following clauses are hereby incorporated by reference: 52.204-3, Taxpayer Identification; 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.213-3, Notice to Supplier; 52.219-6, Notice of Total Small Business Set-Aside; 52.227-19, Commercial Computer Software - Restricted Rights; 52.232-1, Payments; 52.232-25, Prompt Payments; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-1, Disputes; 52.233-3, Protest After Award; 52.246-2, Inspection of Supplies, Fixed-Price; 52.249-1, Termination for Convenience of the Government, (fixed-price) (Short Form). The contractor shall extend to the Government the full coverage of any standard commercial warranty normall offered in a similar commerical sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's right under the Inspection Clause not does it limit the Goavernment;s right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are due by the above mentioned due date to the U.S. EPA, Region 4, OPM/GPB/Procurement Section, 61 Forsyth Street, Atlanta, GA 30303, Attn: Deborah Hoover.
 
Record
SN00674329-W 20040917/040915212913 (fbodaily.com)
 
Source
FedBizOpps.gov 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.