Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2008 FBO #2432
SOLICITATION NOTICE

70 -- Brand Name OPNET Annual Software Maintenance

Notice Date
7/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
RFQ88134AS
 
Response Due
7/28/2008
 
Archive Date
8/12/2008
 
Point of Contact
Fleurelle Y Humphrey,, Phone: 314-676-0183
 
E-Mail Address
fleurelle.y.humphrey@nga.mil
 
Small Business Set-Aside
N/A
 
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 511210. The reference number for this Request for Quote (RFQ) is 88134AS03. The National Geospatial Intelligence-Agency has a requirement for annual software maintenance agreements as outlined below. NGA plans to issue a sole source, firm fixed price purchase order to OPNET Technologies under FAR Part 12 and 13. The statutory authority of the test program for commercial items (Section 4202 of the Clinger Cohen Act of 1996). OPNET has proprietary rights to the software code for the OPNET products associated with this requirement and is the only known source that can provide this maintenance support. No other vendor or distributor can legally obtain access to the software and no other vendor can make duplicate copies since it is protected by copyright and patent laws. The requirement is for BRAND NAME OPNET ANNUAL SOFTWARE MAINTENANCE the following items: 1) ServiceProvider Guru – License renewal, 6 each, 2) ServiceProvider Guru – Technical support, 3) Panorama Console license renewal, 1 each, 4) Panorama console Technical Support, 1 each, 5) Panorama Console Collector Pack License renewal, 5 each, 6) Panorama Console Collector Pack Technical Support, 5 each, 7) Sentinel License Renewal, 1 each, 8) Sentinel Technical Support, 1 each, 9) Virtual Network Environment License renewal, 1 each, 10) Virtual Network Environment Technical Support, 1 each,11) VNE Server SMP Adapter Pack License Renewal, 1 each, 12) VNE Server SMP Adapter Pack Technical Support, 1 each, 13) Advanced ACE Capabilities Module License renewal, 1 each, 14) Advanced ACE Capabilities Module Technical Support, 1 each, 15)Decode Module License renewals. 1 each, 16) Decode Module Technical support, 1 each, 17) Application Characterization Environment Module License renewal, 1 each, 18) Application Characterization Environment Module Technical support, 1 each, 19) Flow Analysis Module License renewals, 1 each, 20) Flow Analysis Module Technical Support, 1 each, 21) Multi-Vendor Import Module License renewals, 1 each, 22) Multi-Vendor Import Module Technical Support, 1 each, 23) NetDoctor Module License Renewal, 1 each, 24) NetDoctor Module Technical Support, 1 each, 25) Modeler License renewal, 1 each, 26) Modeler Technical Support, 1 each, 27) Specialized Model License renewal, 1 each, 28) Specialized Model Technical Support, 1 each, 29) ServiceProvider Guru License reinstatement, 1 each, 30) ServiceProvider Guru License Reinstatement, 2 each, 31) ServiceProvider Guru License renewal synchronization, 3 each, 32) ServiceProvider Guru Technical Support Synchronization, 3 each, 33) Application Characterization Environment Module License reinstatement, 1 each, 34) Application Characterization Environment Module License reinstatement, 2 each, 35) Application Characterization Environment Module License renewal synchronization, 3 each, 36) Application Characterization Environment Module Technical Support Synchronization, 3 each, 37) Decode Module Perpetual Right to use License, 2 each, 38) ACE Decode Module License renewal, 2 each, 39) ACE Decode Module Technical Support, 2 each, 40) OPNET Modeler License renewal, 1 each, 41) OPNET Modeler Technical support, 1 each, 42) Application Characterization Environment Module License renewal, 1 each, 43) Application Characterization Environment Module Technical Support, 1 each, 44) OPNET Modeler License renewal, 1 each, 45) OPNET Modeler Technical Support, 1 each, 46) Application Characterization Environment Module License renewal, 1 each, 47) Application Characterization Environment Module Technical Support, 1 each, 48) Multi-Vendor Import Module License Renewal, 1 each, 49) Multi-Vendor Import Module Technical Support, 1 each, 50) PNNI – Specialized Model License renewal, 1 each, 51) PNNI – Specialized Model Technical Support, 1 each, 52) Flow Analysis Module License Renewal, 1 each, 53) Flow Analysis Module Technical Support, 1 each. All of the items referenced in this posting are proprietary products of OPNET Technologies, Inc. Due to the fact that this software is already integrated into the NGA enterprise it would be extremely costly to switch to a new type of software. Personnel would have to be trained to use the new software and NGA would suffer unacceptable production delays due to implementation of the new software. The OPNET suite of software is the only product that fulfills the form, fit, and function requirements of NGA at this time. Vendor must be the OEM or an authorized reseller of OPNET products. Vendor shall quote all or none of the listed items. Delivery is FOB Destination. Delivery will be made to the two following locations: (1) NGA / ITF, 6510 Cinder Bed Road, ATTN: Shelley Matsuba, Newington, VA 22172 and (2) NGA/ITF, 8614 Westwood Center Dr., ATTN: Shelley Matsuba, Vienna VA, 22182. 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 2005-26. 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; 52.219-8 Utilizing Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-23, 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, Equal Opportunity 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; 52.222-50 Combating Trafficking in Persons, 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.239-1 Privacy or Security Safeguards. 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, DFARS 252.225-7012, Preference for Certain Domestic Commodities, Gratuities; DFARS; 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 9:00am Central Time, 28 JUL 2008. Send all offers to Fleurelle Humphrey via e-mail at fleurelle.y.humphrey@nga.mil. Point of Contact(s): Fleurelle Humphrey, Contract Specialist, Phone 314-676-0183, Fax 314-676-3010, fleurelle.y.humphrey@nga.mil. Contracting Office Address: 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, UNITED STATES
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0d4e6f43955e1938a6cffed14a30d2f8&tab=core&_cview=1)
 
Place of Performance
Address: Place of Contract Performance:, Delivery is FOB Destination. Delivery will be made to: NGA : (1) NGA / ITF, 6510 Cinder Bed Road, ATTN: Shelley Matsuba, Newington, VA 22172 and (2) NGA/ITF, 8614 Westwood Center Dr., ATTN: Shelley Matsuba, Vienna VA, 22182., United States
 
Record
SN01619697-W 20080724/080722222906-0d4e6f43955e1938a6cffed14a30d2f8 (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.