Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2008 FBO #2413
SOLICITATION NOTICE

70 -- Feature, Urban & LIDAR Analyst - Lic/Maint

Notice Date
7/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Procurement and Contracts In Support of Analysis and Production Directorate (ACSM), Attn: ACSM Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
NIJ8G47318AS01
 
Point of Contact
Kathleen D Allen,, Phone: 314-676-0198
 
E-Mail Address
kathleen.d.allen@nga.mil
 
Small Business Set-Aside
N/A
 
Description
The National Geospatial-Intelligence Agency (NGA) has a requirement for the following items: 1NP-34OverwatchFeature Analyst Pro License Upgrade(Qty = 2) NP-MAINTOverwatchFeature Analyst Pro Network Lic/Support (Qty = 2) 1NL-35OverwatchLIDAR Analyst Network License (Qty = 2) NL-MAINTOverwatchLIDAR Analyst Network Maintenance (Qty = 2) UA-01FOverwatchUrban Analyst Network License (Qty = 2) UA-01F-MOverwatchUrban Analyst Network License/Support (Qty = 2) BRAND NAME JUSTIFICATION: NGA InnoVision has various Spectral Scientists and Geospatial Analysts attempting to exploit LIDAR data. The current licenses are locked to specific workstations and currently it is necessary for the users to relocate to exploit the data. By upgrading the existing licenss to float, they can be used on a first available basis on any of the IEC exploitation workstations available in the InnoVision Testbed. The floating licenses will facilitate the exploitation of the data, and allow for better workflow management. There are no known single commercial applications identified that meet all of the needs of the LIDAR program that can be immediately implemented into the Enterprise at this time. Due to the fact that this software is already integrated into the NGA enterprise it would be extremely costly for the Agency to switch to a new type of software. A switch at this juncture would cause personnel to have to be trained to use new software and NGA would suffer unacceptable production delays due to the implementation of any new software. Quote should contain Open Market Commercial pricing with any applicable discounts applied. All boxes must be sealed and unopened. 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. 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, 52.222-3 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; 52.225-13, 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) Offer is due to the following email address no later than 12:00 Noon - Central Daylight Time (CDT) on Wednesday, 9 July 2008. REQUEST OPEN MARKET COMMERCIAL PRICING with any applicable discounts applied. Quote should be submitted to Kathleen D. Allen via email at Kathleen.D.Allen@nga.mil or via facsimile, (314) 676-3010. Questions or concerns regarding this synopsis/solicitation should be directed to Kathleen Allen at (314) 676-0198.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aff360c3164a8ca5da6112eaa6fea8b2&tab=core&_cview=1)
 
Place of Performance
Address: 3838 Vogel Road, MS: L-13, Arnold, Missouri, 63010-6238, United States
Zip Code: 63010-6238
 
Record
SN01607474-W 20080705/080703220531-aff360c3164a8ca5da6112eaa6fea8b2 (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.