SOLICITATION NOTICE
D -- SPSS and Clementine Software Upgrades and Support
- Notice Date
- 10/6/2005
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218
- ZIP Code
- 43218
- Solicitation Number
- HQ0423-06-T-0001
- Response Due
- 10/13/2005
- Archive Date
- 10/28/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is solicitation number HQ0423-06-T-0001: The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-06, Effective 30 Sep 05 & Class Deviation 2005-o0001. This requirement is UNRESTRICTED. The NAICS code is 511210 and the small business size standard is $21 million. Line Items Items: Line Item 0001 - Clementine Client License Upgrades and Tech Support (6 seats) Quantity: 1 Unit of Measure: Year Items: Line Item 0002 - SPSS Base License Upgrades and Technical Support (10 seats) Quantity: 1 Unit of Measure: Year Description of items/services: SPSS and Clementine software are used by Internal Review for data mining. SPSS is used for statistical analysis and data cleaning. Data files processed with SPSS are then read into Clementine and models developed to detect irregular transactions in the DFAS vendor payments. The initial licenses were previously procured. This requirement is for technical support and license upgrades to the SPSS/Clementine software. The intent is to award this requirement sole source to SPSS Inc. Period of Performance is: Date of Award through 30 Sep. 2006, plus 3 option years. Place of Performance is Seaside, CA. FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Any additional contract requirement(s) or terms and conditions: None. The Defense Priorities and Allocations System (DPAS) applies and the assigned rating for this requirement is DOC9. Offers are due by 1:00 p.m. EST on 13 October 2005. Facsimile and e-mail quotes are acceptable and preferred Offers may be submitted by mail and forwarded to: Point of Contact: Richard D. St.Clair DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1910 Fax Number: 614-693-5674 e-mail address: Richard.Stclair@dfas.mil Furnish quotes to this POC on or before the closing time listed in this RFQ.
- Place of Performance
- Address: DFAS- Internal Review Seaside, 400 Gigling Road, RM 4074, Seaside, CA
- Zip Code: 93955-6771
- Country: USA
- Zip Code: 93955-6771
- Record
- SN00910943-W 20051008/051006212418 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |