Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2010 FBO #3113
SPECIAL NOTICE

D -- Requirement is for software licenses, maintenance, training and support of Geosofts Oasis montaj software.

Notice Date
6/1/2010
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY10Q0002
 
Archive Date
8/30/2010
 
Point of Contact
John A. Cominotto, 256-895-1346
 
E-Mail Address
USACE HNC, Huntsville
(john.a.cominotto@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Army Corps of Engineers intends to acquire through contract action on a sole source basis, services of a firm with the capability of providing software licenses, maintenance, training and support of Geosofts Oasis montaj software to approved government users; NAICS Code 541519, Other Computer Related Services. The anticipated source is Geosoft Inc., 207 Queens Quay West, Suite 810, PO Box 131, Toronto, Ontario, Canada M5J 1A7. This is not a formal solicitation or request for quote. This synopsis of intent is to give notice of the Governments intent to make a sole source award under the authority cited in 10 U.S.C. 2304(c)(1) and implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other services will satisfy requirements. Contractors who can provide the U. S Army Engineering and Support Center with the services, in accordance with the synopsis listed below, are invited to submit electronically an affirmative written response indicating a bona fide ability to meet this specific requirement. The general requirement is to provide software licenses, maintenance, training and support of Geosofts Oasis montaj software for an initial period of 12 months, with four optional periods of 12 months each. The contractor shall provide the following: Task 1 Provide 30 licenses on a subscription basis, with technical support; Task 2 - Provide ongoing maintenance, bug fixes, technical support and release testing for the UX-Process extension; Task 3 - Provide up to 5 days of annual public training for DoD and its contractors in UX-Process and related topics. As well, up to an additional 10 days of training and technical time will be provided to DoD personnel from any office on request; Task 4 (Optional) Provide a daily rate for additional training; Task 5 (Optional) Provide a daily rate for additional Custom Services project development, testing and documentation; Task 6 (Optional) Provide a unit price for additional licenses. Any interested respondents must have the rights to distribute and license the software. Responses should appear on company letterhead and include, at minimum, affirmation of active registration in the Central Contractor Registration (CCR), your Data Universal Number System (DUNS) number, any applicable processed credentials and qualifications, and any applicable pricing data or information. All responses should include a point of contact, telephone number, and electronic address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUB Zone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses to this notice will be used to determine the availability of this type of service. All responsible sources may respond to this synopsis and all responses will be considered by the agency. Responses should be furnished electronically by 3:00 P.M. CST, Wednesday, 16 June 2010 to the referenced point of contacts: Contracting Officer: Richard J. Mullady Email: richard.j.mullady@usace.army.mil Fax: (256) 895-1061 Contract Specialist: John A. Cominotto Email: john.a.cominotto@usace.army.mil Fax: (256) 895-1346
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY10Q0002/listing.html)
 
Record
SN02165342-W 20100603/100601234824-d08278ad04e3ea818c249d59da3901bf (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.