SOLICITATION NOTICE
70 -- Notice of Intent to Sole Source - Quintus Prolog and SICS Prolog
- Notice Date
- 2/17/2012
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- 0020067508
- Archive Date
- 3/9/2012
- Point of Contact
- Claire L. Andross, Phone: 202-344-2114, Hyun J. Koo, Phone: 202-344-3769
- E-Mail Address
-
andross@dhs.gov, hyun.koo@dhs.gov
(andross@dhs.gov, hyun.koo@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- US Customs and Border Protection (CBP) has a requirement for continued support of nine (9) Quintus Prolog Software Licenses, renewal of Maintenance Support for Quintus Prolog Runtime Generator, and support of SICStus Prolog Commercial version 4, 10-user site license. CBP intends to negotiate, on a sole source basis, under authority of FAR 6.302-1, with the Swedish Institute of Computer Science (SICS), for the annual renewal of the required software previously purchased from SICS. Quintus and SICS Prolog Software is proprietary and not available from any other source. Other languages have been tried without success at replacing PROLOG at TASPO. Sole Source determination is based on CBP's requirement for licenses and maintenance for the 32-bit word size Quintus and 64-bit word size SICS Prolog language, in which the Targeting rules engine are written. Prolog is the logic programming language currently used in three separate US Customs applications, ATS-AT, ATS-N, and ATS-P, and it performs rule-based evaluations of electronically filed information pertaining to import and export cargo as well as flight data. Access includes the most robust 24/7 support that the ATS applications need. Due to the constantly increasing volume of shipments and sophistication of the algorithms used, the hardware is being updated and the therefore the capacity is currently being increased from 32-bit to 64-bit word size. The targeting applications are run on a 24/7 basis, so the ongoing transition must be smooth and uninterrupted. If this exact software is not used, then the Targeting rule manager will have to be rewritten at considerable cost, or else the targeting engine will be at risk for production errors. Delivery shall be FOB Destination, Washington, DC. The period of performance shall be one year, with two (2) one-year option periods. The Government intends to solicit and negotiate directly with SICS. No solicitation package will be issued. This notice of intent is not a request for competitive proposals. However, if any interested party believes it can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain material in sufficient detail to allow the Government to determine if the party can perform the requirement. A determination to compete this action based on the responses received is in the sole discretion of the Government. All interested parties must express their interest and capabilities via email. Verifications of receipt of responses are the sole responsibility of the contractor. If no responsive statements are received by February 23, 2012 at 11:59 pm EST, an award shall be made to the Swedish Institute of Computer Science.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/0020067508/listing.html)
- Record
- SN02678336-W 20120219/120217234717-06271b2bb7915bff7ddb6ce4ef7879b4 (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 |