SOURCES SOUGHT
70 -- Report2Web Software Maintenance Renewal
- Notice Date
- 3/8/2011
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4707-11-Q-0036
- Archive Date
- 4/9/2011
- Point of Contact
- David Stemple, Phone: 269-961-5372
- E-Mail Address
-
david.stemple@dla.mil
(david.stemple@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement is issued as a special notice to award a brand name order to Redwood Software, Inc. 3000 Aerial Center Pkwy., Ste. 115, Morrisville, NC 27560-7677. The Defense Logistics Agency requires annual maintenance renewals for Report2Web (R2W) software applications. DESCRIPTION: CLIN 001: R2W v2.5 Single-Processor VAR development license, POP: 5/31/11 through 5/31/12, QTY: 01 EA. CLIN 002: R2W v2.5 SQL Server Edition Dual-Processor license, POP: 5/31/11 through 5/31/12, QTY: 03 EA. CLIN 003: Report Burster Dual-Processor license, POP: 5/31/11 through 5/31/12, QTY: 03 EA. CLIN 004: Report Router Dual-Processor license, POP: 5/31/11 through 5/31/12, QTY: 01 EA. Redacted Justification: The Defense Logistics Agency has determined that the renewal of the maintenance on existing R2W software is necessary because of the critical roles the software fills. The renewal of maintenance allows the Government to keep software patches current and vendor support, in the event of an outage or due to security vulnerability. Any interruption in the maintenance support would be critical to completion of vital cataloging and provisioning production workload and ultimately inhibit the Defense Logistics Agencies ability to support the Warfighter. Per Redwood Software, Inc., only Redwood can maintain this proprietary software. There are no vendors or partners authorized to maintain the software. Maintenance on existing software is significantly more cost effective than procuring alternative software to fill this critical role. In accordance with Federal Acquisition Regulations (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Award will be made to Redwood Software, Inc. as they are the original manufacturer of the hardware and/or software and are the only known source that can provide the required support. If there are any other firms who can satisfy this requirement, please submit a proposal by 4:00 PM. EST on March 15, 2011. The primary point of contact for this announcement is David Stemple. Defense Logistics Agency, DLA Contracting Service Office, HDI Federal Center, Attn: David Stemple DCSO-B, 74 Washington Avenue North, Battle Creek, MI 49017-3092, (269)961-5372, david.stemple@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4e4cfd84f6c0189bddb01c88cb70675e)
- Record
- SN02395996-W 20110310/110308234526-4e4cfd84f6c0189bddb01c88cb70675e (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 |