Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

70 -- SOFTWARE LICENSE

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017805Q3057
 
Response Due
8/26/2005
 
Archive Date
11/1/2005
 
Description
This synopsis, and applicable amendments, is posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce On-Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. Hard copies will not be provided. Vendors should regularly access the specified websites to ensure they have downloaded any and all amendments. In accord with FAR 6.302-1, the Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to solicit Real-Time Innovations, Inc. located at 3975 Freedom Circle, 6th floor, Santa Clara CA 95054-1242, on a sole source basis, for a three-user development package of Network Data Distribution Service (NDDS) comprised of the following: (1) 3-User Development Package, permanent Windows i86Win32VS2003, part number 33060-02-100-171, qty 1. (2) 3-User Package: Annual Support and Maintenance for Windows i86Win32VS2003, part number 33060-03-100-171, qty 1. (3) NDDS 3.0 Target Platform Permanent, LynxOS 4.0 gcc2.95.3 / i86Lynx4.0.0gcc2.95.3, part number 33002-02-440-506, qty 1. (4) NDDS 3.0 Target Platform Annual Support, LynxOS 4.0 gcc2.95.3 / i86Lynx4.0.0gcc2.95.3, part number 33002-03-440-506, qty 1. (5) NDDS Run-time License, part number 33020-00-000-000, qty 3. The requirement is sole source because the NDDS product is used with an open architecture (OA) ?track manager? component of a prototype combat system. The required software is to be used for the continued development of the prototype system. Use of another software product would require software re-design (with cost of new software, software testing, and software designer/analyst training) that would exceed the price of the required software and result in schedule slippage. The Government will consider offers, from all responsible sources, which evidence ability to provide software, data, software training, and software maintenance with the same or equal features, benefits, quality, and reliability of the proprietary commercial off-the-shelf products and commercial services identified above. Offers that do not provide such evidence will not be considered. Offers must be submitted via email to XDS13@nswc.navy.mil by 26 August 2005, 2:00 pm EST. Award will be subject to Simplified Acquisition Procedures, in accordance with FAR 13, and procedures for acquisition of commercial items, in accordance with FAR Part 12. Successful offeror will complete and submit representations and certifications at FAR 52.222-22 and 52.222-25 and shall be registered in the Central Contractor Registration database. Estimated award date is 15 September 2005.
 
Record
SN00875150-W 20050821/050819212825 (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.