Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

70 -- GEOEXPRESS 6.1 with Maintenance

Notice Date
7/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Information Services Support Branch (ACSI), 3838 Vogel Road, Arnold, MO, 63010-6238, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NPM8G67171AS01
 
Response Due
7/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The National Geospatial-Intelligence Agency has a requirement for the following GeoExpress items: CLIN0001: P/N - 101-032-7B GeoExpress 6.1 Unlimited with one year of technical support and maintenance: (Qty = 2 each) CLIN0002: P/N - 101-032-7B GeoExpress 6.1 Unlimited with one year of technical support and maintenance: (Qty = 2 each) CLIN0003: P/N ? 101-032-7B GeoExpress 6.1 Unlimited with one year of technical support and maintenance: (Qty = 2 each) This requirement is SET ASIDE for SMALL BUSINESS. BRAND NAME JUSTIFICATION: GEOEXPRESS is a proprietary software application made by LizardTech, Inc. It provides unique capability for compressing images/geospatial products using Wavelet Compression without loss of data, so that products can be made smaller in size and bandwidth. MrSID Wavelet Compression Algorithm used by GeoExpress is the established standard for this purpose in the Intelligence Defense communities and has a large installed user base. Selection of a different compression product would not be compatible with our customers. Delivery is FOB Destination to NGA (Multiple destinations) in the quantities listed above. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. Only Authorized GEOEXPRESS Resellers that are recognized by LizardTEch to sell their product will be considered. Please provide earliest ship dates. All offerors must submit, with their quote, written documentation from LizardTech showing that offeror is authorized to provide all items to NGA. Quotes submitted without this documentation will not be evaluated and considered for award. Refurbished items are not acceptable for this requirement. All boxes must be sealed and unopened. Delivery is FOB Destination to multiple addresses identified with CLINs on this synopsis/solicitation. Contact POC if delivery address location is required for pricing. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors 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; 52.233-3, 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. In accordance with FAR 12.603(a)(3) (iii) Offers are due to the following email address no later than Friday, March 16, 2007, 12:30 p.m., Central Daylight Time (CDT). REQUEST OPEN MARKET PRICING. All responsible sources may submit a response to Kathleen D. Sanchez via email to Kathleen.D.Sanchez@nga.mil or via facsimile, (314) 263-8024.
 
Place of Performance
Address: 3838 Vogel Road, MS: L-013, Arnold, MO
Zip Code: 63010-6238
Country: UNITED STATES
 
Record
SN01352509-W 20070727/070725222623 (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.