Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

70 -- MET for Windows & UNIX Software

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Information Services Support Branch (ACSI), 3838 Vogel Road, Arnold, MO, 63010-6238, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NPG8G67169AS02
 
Response Due
8/27/2007
 
Archive Date
8/27/2007
 
Description
The NGA has a requirement for MET Software and annual support for UNIX and Windows. This synopsis/solicitation is for informational purposes only as this is a sole source requirement for proprietary software and maintenance only offered by Harris Corporation. BRAND NAME JUSTIFICATION: MET and its accompanying IDP module is the only Agency approved mechanism to downgrade NTM imagery to UNCL/LIMDIS releasability. Projects using this tool primarily support operational planning for the global war on terrorism. This requirement is to renew software maintenance for the existing software allowing NGA to continue to utilize the software to support imagery science projects. The requirement is for the following: CLIN0001: MET for Windows Software with Annual Maintenance (Qty = 5 each), CLIN0002: MET for UNIX Software (Qty = 3 each) and CLIN0003: MET for Windows Software (Qty = 1 each). Delivery is FOB Destination to NGA: NGA WNY, ATTN: Covert Beach, PJSM ? MS: N-024, 1200 First Street SE, Washington, DC 20303-0001 in the quantities listed above. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. Please provide earliest ship dates. Refurbished items are not acceptable for this requirement. All boxes must be sealed and unopened. Delivery is FOB Destination to addresses identified with CLINs on this synopsis/solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--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, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.233-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. In accordance with FAR 12.603(a)(3) (iii) Offers are due to the following email address no later than Monday, August 27, 2007, 12:30 p.m., Central Daylight Time (CDT). REQUEST OPEN MARKET PRICING. All responsible sources may submit a response to Kathleen D. Sanchez via email to Kathleen.D.Sanchez@nga.mil or via facsimile, (314) 263-8024.
 
Place of Performance
Address: 3838 Vogel Road, Arnold, MO
Zip Code: 63010-6238
Country: UNITED STATES
 
Record
SN01372663-W 20070816/070814222538 (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 |
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.