Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2010 FBO #3008
SOLICITATION NOTICE

70 -- Purchase of Software Support

Notice Date
2/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-10-Q-PC2159
 
Archive Date
3/10/2010
 
Point of Contact
James A Lassiter, Phone: (757)686-2149, Carrie Houck,
 
E-Mail Address
james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil
(james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request For Quote number RFQ HSCG44-10-Q-PC2159.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 511210. The SBA size standard in Dollars is $25.0 Million. This is Not a Small Business Set-Aside, due to this acquisition being a Sole Source Procurement it is not anticipated that there will be 2 or more qualified Small Business Concerns to provide pricing for this requirement. The USCG Command and Control Engineering Center (C2CEN) Ports. Va. 23703 intends to purchase on a non-competitive basis with Analytical Graphics Incorporated for the purchase of the following 5 Items. Item 1-2 each of RT3 Extension for STK and AGI Viewer Renewal Annual Support and Upgrades Product ID: RT3-UGR; Item 2 -2 each of Communications Library Renewal Annual Support and Upgrades-ES Product ID: CL-UGR-ES; Item 3-2 each of Terrain Analysis Library Runtime License Renewal Annual Support and Upgrades-Enterprise Server Product ID: TL-UGR-ES; Item 4-2 each of Spatial Analysis Library Renewal Annual Support and Upgrades-ES Product ID: SL-UGR-ES; Item 5-2 each of Dynamic Geometry Library Runtime License Renewal Annual Support and Upgrades-Enterprise Server Product ID:DGL-UGR-ES. The Coast Guard does not own nor can they obtain specifications or other technical data for this Training. Request for such will be disregarded. The proposed contract action resulting from this synopsis/solicitation for commercial supplies/services is the Governments intention to solicit and negotiate with only one source under the authority of FAR 6.302-1 & 13.106-1(b). Interested persons/parties may identify their interest and capability to respond to the requirement or submit quotations/ proposals. This notice of intent is not a request for competitive proposals. However, all quotations/proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes. The contractor for this proposed Sole Source contract is: Analytical Graphics Incorporated, Cage Code: 0LCT6 This is Considered to be a Sole Source Acquisition. See below attached Justification for Other Than Full and Open Competition. The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and BEST VALUE to the Government, price and other factors considered. FIRM FIXED Price Quotations may be submitted on company letterhead stationary and must include the following information: Cost breakdown, Unit Price, Extended Price, Delivery, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is FEB/23/2010 @ 8:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or E-mailed to the primary POC James A. Lassiter Contracting Officer James.A.Lassiter@uscg.mil *PLEASE NOTE* Offerors are to provide Firm Fixed Prices and Delivery Information,by FEB/23/2010 @ 8:00am EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination, Destination is preferred. If proposing FOB Origin provide Shipping cost as a separate Line Item. The anticipated Award Date for the PO Contract is FEB/24/2010, this date is approximate and not exact. The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR The Following FAR Clauses apply to this Acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering specification,price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions –Commercial Items (MAR 2009) with the following addendas: FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer – CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders –Commercial Items (DEC 2009), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; HOMELAND SECURITY ACQUISITION REGULATION (48CFR CHAPTER 30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic) HSAR 3052.209–70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Attached document- JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION A.Each justification shall contain sufficient facts and rationale to justify the use of the specific authority cited. As a minimum, each justification shall include the following information: 1.Identification of the agency and the contracting activity, and specific identification of the document as a “Justification for other than full and open competition”. i.USCG C2CEN Portsmouth Va. is the requesting agency and the contracting activity. 2.Nature and/or description of the action being approved. i.Support and upgrade renewal for Analytical Graphics, Inc. (AGI) Software. 3.A description of the supplies or services required to meet the agency’s needs. i.The C2CEN COP(Common Operating Picture) project utilizes AGI Software for development and support of the COP Web Services Subsystem (CWSS). This requirement is for the support, upgrades, library license renewal of AGI’s Satellite Tool Kit, Terrain Analysis, Spatial Analysis, AGI Viewer and Dynamic Geometry software. This purchase can be obtained from AGI with an estimated cost of $92K. 4.An identification of the statutory authority permitting other than full and open competition. i.6.302-1(2)(ii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components there, of, when it is likely that award to any other source would result in a substantial duplication of cost to the Government. 5.A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. i.The AGI Software is currently being used by the CWSS project. AGI is the only source available to provide license renewal and support for AGI products. 6.A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. i.Requirement shall be posted Brand Specific since this procurement is for continued development of CWSS which utilizes AGI software. 7.A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. i.Compared to previous acquisitions for similar purchases, the cost to the Government is fair and reasonable. 8.A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. i.Market Research was conducted using various methods. The Software Manufacturer, AGI, was contacted to verify whether they were able to meet the Governments needs. Additionally, internet searches were done for other vendors who could also fulfill this requirement. No other vendors were found. 9.Any other facts supporting the use of other than full and open competition, such as: i.Explanation of why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. a)N/A ii.When 6.302-1 is cited for follow-on acquisitions as described in 6.302-1(a)(2)(ii), an estimate of the cost to the Government that would be duplicated and how the estimate was derived. a)The cost for this procurement would require the initial purchase of this type of software, plus any license fees. The initial software procurement was approximately $500K. In addition to the software purchase, extensive re-engineering of the CWSS system would be required. This would result in additional labor hours and potential delays in providing COP services to the Coast Guard. The estimated cost for these engineering services would be at least $300-400K. iii.When 6.302-2 is cited, data, estimated cost, or other rationale as to the extent and nature of the harm to the Government. a)N/A 10.A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. i.None at this time. This requirement will be posted on Fed-Biz-Ops. 11.A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. i.None at this time. 12.Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. B.Each justification shall include evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or schedule requirements or other rationale for other than full and open competition) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel. ____________________________ James A. Lassiter Technical (signature)Contracting Officer (signature)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-10-Q-PC2159/listing.html)
 
Record
SN02066378-W 20100218/100216234906-aeb6ef5741f09abf5477b3e124d053ac (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.