Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

D -- Maintenance of FME Desktop/Oracle Suite

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13 3838 Vogel Road, Arnold, MO, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
Reference-Number-ASM88861920100
 
Response Due
9/12/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this acquisition is 541519. The reference number for this Request for Quote (RFQ) is ASM88861920100. The NGA plans to issue a firm fixed price purchase order under FAR Part 12 and 13. The requirement is for the following items (Note: Quote is to include pricing for a base year and 4 Option year periods for each line item: 1) Maintenance of FME Desktop Suite (74 ea concurrent users) licenses, Serial Number S0306A0959, Period of performance - Base Year 09/01/2006, 08/31/2007. (Option Year One - 09/01/2007 - 08/31/2008; Option Year Two - 09/01/2008 - 08/31/2009; Option Year Three - 09/01/2009 - 08/31/2010; Option Year Four - 09/01/2010 - 08/31/2011). 2) Maintenance of FME Oracle Suite (1.00 Concurrent). Serial Number S0306A0966 - Period of performance - Base Year 09/01/2006 - 08/31/2007. (Option Year One - 09/01/2007 - 08/31/2008; Option Year Two - 09/01/2008 - 08/31/2009; Option Year Three - 09/01/2009 - 08/31/2010; Option Year Four - 09/01/2010 - 08/31/2011). 3) Maintenance of FME Oracle Suite (1.00 Concurrent). Serial Number S0306A2079 - Period of Performance - Base Year 09/01/2006 - 08/31/2007. (Option Year One - 09/01/2007 - 08/31/2008; Option Year Two - 09/01/2008 - 08/31/2009; Option Year Three - 09/01/2009 - 08/31/2010; Option Year Four - 09/01/2010 - 08/31/2011). BRAND NAME JUSTIFICATION: NGA has already expended significant costs in the terms of the initial procurement buy and previous software maintenance services and resource costs in the deployment of the FME Desktop Suite, FME Oracle Suite 1.00 Concurrent (Serial No. S0306A0966) and FME Oracle Suite 1.00 concurrent (Serial No. S0306A2079). FME allows on-the-fly object manipulation as well as integrated metadata manipulation in GIS formats used throughout NGA. FME also enables data sharing between applications or data stores with different structures. FME is the most cost effective product that would meet the needs of the software development team to develop the product requested by the Agency to meet the need of the warfighters. Vendor must be an authorized reseller of FME products. Vendor shall quote all or none of the listed items. Delivery is FOB Destination. Delivery will be made to: NGA Reston, 12310 Sunrise Valley Dr., Reston, VA 20191. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the vendor by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Vendors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 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, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-23, 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, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. 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. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. All offers are due to this agency no later than 4:00pm Central Daylight Time (CDT), 12 September 2006. Send all offers to Karen Edgar, via facsimile to 314-263-8024.
 
Place of Performance
Address: 12310 Sunrise Valley Dr., Reston, VA
Zip Code: 20191
Country: UNITED STATES
 
Record
SN01138405-W 20060910/060908221951 (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.