Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
MODIFICATION

70 -- Exelis ENVI Products

Notice Date
8/31/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
DENVER FEDERAL CENTER, DENVER, CO 80225
 
ZIP Code
80225
 
Solicitation Number
L112PS00690
 
Response Due
8/31/2012
 
Archive Date
2/27/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number L112PS00690. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 401841_02. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-08-31 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be DENVER, CO 80225 The DOI BLM National Centers Region requires the following items, Meet or Exceed, to the following: LI 001, ENVI (no IDL included) Windows Network Floating License - includes one year of maintenance and technical support Part number 21WINFLLIC, 1, EA; LI 002, ENVI Atmospheric Correction Module Windows Network Floating License - includes one year of maintenance and technical support Part number 23WINFLLIC, 1, EA; LI 003, OPTION YEAR ONE ENVI (no IDL included) Windows Network Floating License - includes one year of maintenance and technical support Part number 21WINFLLIC, 1, EA; LI 004, OPTION YEAR ONE ENVI Atmospheric Correction Module Windows Network Floating License - includes one year of maintenance and technical support Part number 23WINFLLIC, 1, EA; LI 005, OPTION YEAR TWO ENVI (no IDL included) Windows Network Floating License - includes one year of maintenance and technical support Part number 21WINFLLIC, 1, EA; LI 006, OPTION YEAR TWO ENVI Atmospheric Correction Module Windows Network Floating License - includes one year of maintenance and technical support Part number 23WINFLLIC, 1, EA; LI 007, OPTION YEAR THREE ENVI (no IDL included) Windows Network Floating License - includes one year of maintenance and technical support Part number 21WINFLLIC, 1, EA; LI 008, OPTION YEAR THREE ENVI Atmospheric Correction Module Windows Network Floating License - includes one year of maintenance and technical support Part number 23WINFLLIC, 1, EA; LI 009, OPTION YEAR FOUR ENVI (no IDL included) Windows Network Floating License - includes one year of maintenance and technical support Part number 21WINFLLIC, 1, EA; LI 010, OPTION YEAR FOUR ENVI Atmospheric Correction Module Windows Network Floating License - includes one year of maintenance and technical support Part number 23WINFLLIC, 1, EA; LI 011, OPTION CLIN ONLY ENVI Programming - 2 Day Course Part number 20EPROTRA2, 1, EA; LI 012, OPTION CLIN ONLY Exploring ENVI Training Class Part number 20EXPENTRA, 1, EA; LI 013, OPTION CLIN ONLY Introduction to Multispectral Remote - Sensing with ENVI Part number 20REMSNSTRA, 1, EA; LI 014, OPTION CLIN ONLY Spectral Analysis with ENVI class - 4 days This course focuses on how to extract spectral information from images acquired by both multispectral and hyperspectral remote sensing instruments, as well as the theory and reasoning behind why one might want to do so. Prerequisites: This is an ADVANCED ENVI class. You must know how to perform classification techniques, principal components analysis, and band ratio techniques. General remote sensing knowledge is required. Part number 20SPANTRA4, 1, EA; LI 015, OPTION CLIN ONLY ENVI Atmospheric Correction Module Windows Network Floating License - includes one year of maintenance and technical support - includes one year of maintenance and technical support Part number 23WINFLLIC, 1, EA; LI 016, OPTION CLIN ONLY ENVI NITF Module Windows Node-Locked License includes one year of maintenance and technical support Exelis Part number 24WINSNLIC, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI BLM National Centers Region intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI BLM National Centers Region is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the CCR website at https://www.sam.gov/. The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In order to be technically acceptable, offerors must meet the following factors or salient characteristics: FACTOR 1. Able to provide EXACT MATCH software. FACTOR 2: Low Price. (b) Technical and past performance, when combined, are significantly more important to cost or price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) List of past performance A. Offerors shall submit the following information as part of their business/technical proposal. A list of the last three contracts/orders completed during the past three years and a list of the most current two contracts/orders currently in process that is similar in nature to the solicitation scope of work. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments, or commercial concerns. Any contract/order with the Department of the Interior agencies/bureaus should be listed. Include the following information for each contract, order, or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number. The offeror may provide information on problems encountered on the identified contracts and the Offeror's corrective actions. Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: 1. A hard copy of the invoice shall be attached in IPP. 2. Summary of charges claimed 3. Report of deliverables or Adobe Licenses. The Contractor must use the IPP website to register, access, and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. Deadline All inquiries to this notice must be received by Thursday, AUG 30, 2012 no later than 1:00 PM, Eastern Standard Time (EST). Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within [insert in the clause the period of time in which the Contracting Officer has to exercise the option]. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) Base Year (Yr) 3 Sep 2012 to 2 Sep 2013 Option Yr One: 3 Sep 2013 to 2 Sep 2014 Option Yr Two: 3 Sep 2014 to 2 Sep 2015 Option Yr Three: 3 Sep 2015 to 2 Sep 2016 Option Yr Four: 3 Sep 2016 to 2 Sep 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L112PS00690/listing.html)
 
Place of Performance
Address: DENVER, CO 80225
Zip Code: 80225-0047
 
Record
SN02864323-W 20120902/120831235656-177a5c78a83eb6984f1a1e41b089810e (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.