SPECIAL NOTICE
70 -- Isograph Reliability and Availability Workbench Software and Maintenance Support Services
- Notice Date
- 2/25/2019
- Notice Type
- Synopsis
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 7701 Telegraph Rd Alexandria VA 22315
- ZIP Code
- 22315
- Solicitation Number
- W912HQ-19-Q-0003
- Response Due
- 3/12/2019
- Point of Contact
- Jessica L. Wright, Contract Specialist, Phone 7034287081
- E-Mail Address
-
jessica.l.wright@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- The United States Army Corps of Engineers, Humphreys Engineer Center Support Activity (USACE-HECSA) on behalf of the USACE Institute for Water Resources Risk Management Center (IWR-RMC) intends to award a sole source Firm-Fixed Price supply & service contract to Isograph, Inc. 375 S Main Street, Suite 4, Alpine, UT 84004-2009 (DUNS 008876315; CAGE 1TQN1) for the purchase of Reliability and Availability software licenses for version 13, and maintenance and support services of software licenses. The software has been in placed used nationally since 2006. The Dam and Levee Safety and Asset Management has completed a substantial number of projects relating to flood control, navigation, and hydropower with the analyzed results using tools from the reliability and availability workbench software. The continual updating of files is required after each operation condition assessment, periodic inspection, or assessment. The purchase of software by another manufacturer would require additional training of personnel, conversion time of archived files for project use which will result in a significant increase in the overall cost to the Government. The maintenance support services will provide IWR RMC with upgrades to the Software as upgrades become available. The maintenance support ensures that IWR RMC can continue to use the software per the licensing agreement, and that IWR RMC receives the necessary software upgrades at no additional costs. The statutory authority permitting the acquisition of this requirement by other than full and open competition is 41 U.S.C. 1901. The Federal Acquisition Regulation (FAR) citation is 13.106-1(b(1)(i), and the FAR citation title is "Only one source reasonably available (e.g., urgency, exclusive licensing agreement, brand name or industrial mobilization)". The IWR RMC has a mission to provide analysis of emerging water resources trends and issues, state-of-the-art planning and hydrologic engineering methods, models and training, and national data management of results-oriented program and project information. IWR RMC currently uses previous version of Isograph Reliability and Availability workbench software. Major version changes have occurred in both programs and the updating of licenses and redistribution of RWB to AWB licenses is critical to maintain and keep up with the continuity of increased usage with the USACE safety programs. This Notice of Intent to Sole Source is for informational purposes only in accordance with (IAW) Federal Acquisition Regulation (FAR) 5.201 and not a request for competitive proposals. Therefore, no solicitation document exists for this requirement. Interested parties should submit a Capability Statement and pricing information for this requirement within fifteen (15) days of public notice to be considered by the Government. A determination to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses received will be considered solely for the purpose of determining whether to conduct a competitive requirement. Interested contractor shall submit the Capability Statement in response to this Notice of Intent to Sole Source electronically by 10:00 A.M. (EST) 12 March 2019 via e-mail to the Contract Specialist, Ms. Jessica L. Wright at jessica.l.wright@usace.army.mil. No phone calls will be accepted. No proprietary, classified, confidential, or sensitive information should be included in response to this notice. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/add19299771d49ae86ffb076e70b1431)
- Record
- SN05232027-F 20190227/190225230021 (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 |