SOLICITATION NOTICE
59 -- NOTICE OF INTENT TO SOLE SOURCE FOR STK LICENSE, UPGRADE, AND SUPPORT
- Notice Date
- 3/3/2005
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
- ZIP Code
- 22060-5246
- Solicitation Number
- W81GNN4342N097
- Response Due
- 3/8/2005
- Archive Date
- 5/7/2005
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO ISSUE A SOLE SOURCE PURCHASE ORDER. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional inf ormation included in this notice. There is no solicitation number, for reference use W81GNN-4342-N097. Headquarters, US Army Intelligence & Security Command, Fort Belvoir, VA. is soliciting a sole source commercial-item purchase order (under FAR Parts 12 a nd 13.5) with Analytical Graphics, Inc. 220 Valley Creek Blvd, Exton, PA. The line items are: 0001. STK/ Coverage Module, COV6-M10; 0002: STK/Coverage Module Annual Support and Upgrade, COV6-UGA; 0003: STK/X Add on Module, STKX6-M2; 0004: STK/X Add on Mod ule Annual Support and Upgrades, STKX6-UGA; 0005: Geodynamic Display Manager, GDM-M10; 0006: Geodynamic Display Manager Annual Support and Upgrades, GDM-UGA; 0007: High Resolution Earth Imagery- GEO; 0008: STKPro-m, Nonnect and Adv Vis Opton, STKPRO6-AVO6- CONN6-M2; 0009: STKPro, Con and Adv VO Annual support and upgrades, STKPRO6-AVO6-CONN6-UGA; 0010: STK/ Chain Module, CH6-M2; 0011: STK Chains annual support and upgrades, CHN6-UGA; 0012: STK Author; 0013: STK Author Annual support and upgrades, STK-Auth05- UGA. Analytical Graphics, Inc. is the sole proprietor of the Satellite Tool Kit (STK) products. Solicitation Provisions: This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 97-04. The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items must be included with the offer. The clause at 52.212-4, Contrac t Terms and Conditions Commercial Items, applies to this acquisition. The clause 5 2.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition including 52.203-6 Restrictions on Su bcontractor Sales to the Government with Alt I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126), ; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Viet nam Era (38 U.S.C 4212); 52.232-33 Payment by Electronic Funds Transfer Central Contr actor Registration (31 U.S.C. 3332); 52.225-16, Sanctioned European Union Country Services; 52.239-1, Privacy or Security Safeguards. The DFARS clause 252.212-7001 Contra ct Terms and Conditions. Defense Acquisitions of Commercial Items applies to this acquisition including 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582); 252.227-7017, Identification and Assertion of Use, Releas e, or Disclosure Restrictions; 252.247-7024, Notification of Transportation of Suppl ies by Sea (10 U.S.C 2631). The DFARS Clause 252.204-7004 Required Central Contractor Registration applies. Full FAR/DFARS text may be obtained at website http://www.arne t.gov/far. IMPORTANT--Only offerors who are registered in the Central Contractor Database are eligible for award (reference DFARS Clause 252.204-7004 or see web site http://www.ccr2000.com). This notice of intent is not a request for competitive quotations . Interested parties may identify their interest and capability to respond to the requirement or submit quotations. No product substitutions/equivalent products will be accepted. All quotes received by 08 March 2005, 3:00 P.M., E.S.T. will be considered b y the Government; however, a determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within th e discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources should submit a response to this notice to Travis S Potts, Senior C ontract Specialist at the address stated above, by fax number at (703) 806-4914 or by e-mail at tspotts@inscom.army.mil
- Place of Performance
- Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
- Zip Code: 22060-5246
- Country: US
- Zip Code: 22060-5246
- Record
- SN00762053-W 20050305/050303212151 (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 |