SOLICITATION NOTICE
D -- ENVI Software Maintenance Renewal - Justification and Approval
- Notice Date
- 1/3/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Office of Naval Intelligence, 4251 Suitland Road, Washington, District of Columbia, 20395-5720, United States
- ZIP Code
- 20395-5720
- Solicitation Number
- N0001513RC11077-1
- Archive Date
- 1/22/2013
- Point of Contact
- Tonitta Hopkins, Phone: 3016692418
- E-Mail Address
-
thopkins@nmic.navy.mil
(thopkins@nmic.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Requirements List Brand Name J&A This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement and attachment constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation, N0001513RC11077-1, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are often in effect through Federal Acquisition Circular (FAC) 2005-54. The government contemplates award of a Firm-Fixed price contract and to solicit and negotiate the proposed award on a sole source brand name basis under the authority of FAR 13.106-1(b)(3). \ The period of performance for this maintenance contract will be from 2/1/13-1/31/14 plus the option for two (2) one-year option periods exercised at the sole discretion of the Government. The Government will evaluate the options at contract award by adding the total price for all options to the total price for the basic requirement. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The North American Industry Classification (NAICS) Code is 511210. The following FAR Provisions apply to this solicitation: FAR 52.212-1; FAR 52.212-2; FAR 52.212-3 ALT 1; FAR 52.212-4; and FAR 52.212-5. The following clauses are applicable to this solicitation: FAR 52.222-50; FAR 52.233-3; FAR 52.233-4; FAR 52.204-10; FAR 52.209-6; FAR 52.219-6; FAR 52.219-28; FAR 52.222-3; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.223-18; FAR 52.225-13; FAR 52.232-33; FAR 52.222-51; FAR 52.252-2; DFARS 252.203-7000; DFARS 252.204-7000; DFARS 252.212-70001; DFARS 252.232-7003; DFARS 252.237-7010; DFARS 252.7023 ALT III; SUP 5252.204-9400; 5252.232-9402; 5252.243-9400. The option clauses, FAR 52.217-5, FAR 52.217-8, and FAR 52.217-9, are applicable to this solicitation. This subscription and support for ENVI shall include: technical support and troubleshooting to users via phone and email; installation and licensing support/troubleshooting to system administratiors via phone and email; delivery of the latest available software patches and updates via DVD when released by the vendor; issuance of licenses to allow the use of ENVI on networked or standalone computers; and issuance of licenses to allow rehosting of floating licenses to a different server. It is believed that no other company can provide this maintenance support. This notice is being published for information purposes only and is not a request for competitive quotations; however, any quotations received within 3 days of the issuance of this notice will be considered by the Government. Firms may identify their interest and capability to respond to the requirement by submitting clear evidence of their capability to perform the requirement. Responses are due no later than 7 January 2013 at 10:00 am EST. Offerors must be registered in the System for Award Management (SAM) database to receive contract award. Information and registration are available at www.sam.gov/portal/public/SAM. The clauses and provisions are available in full text at https://www.acquisition.gov/far/. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Work Flow (WAWF). The WAWF website is located at https://wawf.eb.mil. All proposals and questions may be submitted via email to thopkins@nmic.navy.mil no later than 4 January 2013 at 3:00pm EST. See the attached Brand Name J&A and Requirements List
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c46f54b8ea44f9f8aa1f21bb55ed4662)
- Place of Performance
- Address: 4251 Suitland Road, Washington, District of Columbia, 20395, United States
- Zip Code: 20395
- Zip Code: 20395
- Record
- SN02958827-W 20130105/130103234918-c46f54b8ea44f9f8aa1f21bb55ed4662 (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 |