Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2022 SAM #7559
SOLICITATION NOTICE

D -- D--Geological Seismic Software

Notice Date
8/9/2022 11:23:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0222Q0156
 
Response Due
8/16/2022 2:00:00 PM
 
Archive Date
08/31/2022
 
Point of Contact
Downey, Donald, Phone: 303-236-9331, Fax: 303-236-2710
 
E-Mail Address
ddowney@usgs.gov
(ddowney@usgs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 dissolves the small business set-aside requirement, all capable and responsible entities may now compete for this contract award; and extends the opportunity to 08/16/2022. This Combined Synopsis/Solicitation Notice is to announce the U.S. Department of the Interior (DOI), U.S. Geological Survey (USGS) has a requirement for an Indefinite Delivery Indefinite Quantity (IDIQ) type contract for Geological Seismic Software Licenses. Respondents shall offer the Brand Name seismic software OR equal to the Attachment 1 Brand Name Salient Characteristics; shall meet or exceed the Attachment 2 Section 508 Accessibility Compliance requirements; shall meet or exceed the Attachment 3 FISMA Requirements. This solicitation is a Request for Quote (RFQ). Respondents shall complete the Attachment 4 Price Schedule for the Brand Name software licenses or provide pricing their offered other than brand name seismic software licensing price schedule for perpetual and term license agreements for the 5-year contract period. The policies contained in FAR Part 13 Simplified Acquisition, shall be used for this acquisition. All requirements for preparation, submission, and receipt of quotes contained in the solicitation and amendments shall be adhered to. . In determining which Quote package offers the greatest value or advantage to the Government, overall non-price merit will be considered more important than price or cost: Award Based on Best Value via 2-step Comparative Evaluation: Step 1. Quote Packages will be determined technically acceptable. To be technically acceptable the Respondent�s Quote package shall readily demonstrate an ability to meet or exceed the attached Brand Name Salient Characteristics; and Step 2. Quote Packages that pass Step 1 will be further evaluated for Best Value to the Government based upon Factor (A) Technical Performance: Respondents must be established in the required product business. Respondents must provide a narrative not to exceed ten (10) pages describing their capabilities to meet product specifications described in the Brand Name Salient Characteristics; and, Factor (B) Past Performance: Respondents shall submit not less than two references for products sold during the past three years. Each reference shall include: the company or agency name, address, contract or order number, point(s) of contract phone number and email address(es). USGS BUYER: Don Downey, ddowney@usgs.gov 303-236-9331.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c781d922fb384f5ba471f3a33c47fd0a/view)
 
Record
SN06419155-F 20220811/220809230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.