SOLICITATION NOTICE
D -- GeoExpress Software Maintenance Coverage
- Notice Date
- 3/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) 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, Missouri, 63010-6238
- ZIP Code
- 63010-6238
- Solicitation Number
- 88G69293AS08
- Archive Date
- 4/10/2010
- Point of Contact
- Scott J Hardin, Phone: 314-676-0203
- E-Mail Address
-
scott.j.hardin@nga.mil
(scott.j.hardin@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; proposals are being requested and a written solicitation will not be issued. NGA intends to solicit and award a firm-fixed price contract under Federal Acquisition Regulation (FAR) Part 12. The North American Industry Classification system (NAICS) code for this acquisition is 541370 with a small business size standard of $4.5M. The National Geospatial-Intelligence Agency (NGA) requires 125 GeoExpress software maintenance agreements (Part # 101-036-7R), 3 GeoExpress Solaris software maintenance agreements (Part # 104-028-R), 2 NITF Module software maintenance agreements (Part # 101-03-7), and 2 GeoExpress Express Server software maintenance agreements (Part # 301-022-7). The period of performance for software maintenance is set to begin on 01 Apr 2010, although there are multiple periods of performance as displayed below. GeoExpress software is a proprietary image compression software that NGA users utilize to communicate with numerous partners. This required software maintenance will ensure that NGA's software is up to date and that it is updated with the latest patches and upgrades. This will allow NGA users to continue to execute ongoing operations and will allow continued interaction with partners that NGA supports. Since the GeoExpress software programs are already integrated into the NGA system, and since NGA's partners also use GeoExpress software, only GeoExpress software meets the form, fit, and function requirements of NGA at this time. Another brand of software would not allow NGA to seamlessly interact with and support our many partners. The statutory authority for commercial items (Section 4202 of the Clinger Cohen Act of 1996 and FAR 6.3), in accordance with 6.302-1. LizardTech has been determined to be the only responsible source for GeoExpress maintenance that meets the needs of the National Geospatial-Intelligence Agency (NGA). LizardTech is the sole source for this proprietary software maintenance. The proposed duration of the contract is as follows: Base Year 01 Apr 2010 through 31 Mar 2011 (71 Maintenance Agreements) 01 Jun 2010 through 31 Mar 2011 (5 Maintenance Agreements) 14 Aug 2010 through 31 Mar 2011 (55 Maintenance Agreements) 18 Sep 2010 through 31 Mar 2011 (1 Maintenance Agreement) Delivery is FOB Destination. Delivery will be made to: NGA - Washington Navy Yard, 1200 First Street, SE, Washington, DC 20303. Offers are due to the following email address no later than 6:00 P.M. CST, 26 March 2010. All of the products referenced in this posting are proprietary products of LizardTech. Questions regarding this posting should be directed to Contract Specialist, Mr. Scott J. Hardin, at scott.j.hardin@nga.mil. Clauses and Provisions: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. 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, Offerors 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, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 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 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-39 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, 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; and 252.247-7023, Transportation of Supplies by Sea, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/88G69293AS08/listing.html)
- Place of Performance
- Address: NGA Washington Navy Yard, Washington, District of Columbia, 20303, United States
- Zip Code: 20303
- Zip Code: 20303
- Record
- SN02104574-W 20100328/100326235654-02431cb34cfe1480d6f3039afbe25dd8 (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 |