SOURCES SOUGHT
D -- EGIS GEOCORTEX Enterprise License Agreement
- Notice Date
- 5/23/2016
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- BLM OC NOC INFASTRUCTURE SEC(OC662) DENVER FEDERAL CENTER BUILDING 50 PO BOX 25047 DENVER CO 80225 US
- ZIP Code
- 00000
- Solicitation Number
- L16PS00605
- Response Due
- 6/22/2016
- Archive Date
- 7/7/2016
- Point of Contact
- Vela, Michael
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY for market research purposes to identify interested vendors for the potential requirement detailed below. A formal solicitation and performance work statement are not available. Additionally, in accordance with FAR 19.5, Set-Asides for Small Business, the Government will review the information requested in this announcement to determine the type of se-aside (if any) for this requirement, should it come to fruition. For the past several years, the US Bureau of Land Management (BLM) has been using Latitude Geographics ¿ Geocortex software for building and deploying a variety of web mapping applications for both internal and external purposes. Usage of this software has increased as additional BLM Staff have been trained on developing web applications. The Bureau of Land Management (BLM) has a potential need for an Enterprise License Agreement (ELA) that would allow for unlimited usage of Geocortex Essentials and Insight software. The estimated performance period is for a Base Year plus four one year option periods. The North American Industry Classification System (NAICS) code is 511210 and the size standard is $38.5M. There is no incumbent contractor. All business concerns who believe they can responsibly perform this requirement should submit the following information to the assigned Contract Specialist no later than 5PM MST Monday, June 6, 2016: 1.Capability statement describing corporate expertise and technical qualifications in the work described above. 2.Past Performance information describing other contracts for similar services your company has been awarded. Past Performance information should be submitted for projects conducted within the last three years and include: project title, location, whether the work was as a prime or subcontractor, contract/subcontract dollar value, type of contract, percentage of self-performed work, and overall performance rating received. 3.Small business status of vendor (8(a), HUBZone, SDVOSB, etc.) 4.Point of contact information for vendor, Cage Code, and D&B Number. 5.Any other information that will prove the vendor is capable of performing the required effort. Responses are limited to 10 pages (single-sided). You may email your responses to mvela@blm.gov. Fax responses will not be accepted. NOTE: All information submitted in response to this announcement is voluntary ¿ the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for quotes. The Government does not intend to award a contract based on responses received under this announcement. All questions and concerns may be submitted to the contract specialist via email only at mvela@blm.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L16PS00605/listing.html)
- Place of Performance
- Address: BLM-OC NOC, Division of IRM Support Branch of Infrastructure Planning Bldg 40, DFC, PO Box 25047 Denver CO 80225 USA
- Zip Code: 80225
- Zip Code: 80225
- Record
- SN04125750-W 20160525/160523234512-1005b3e34a922148de0e2026fcd9b246 (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 |