Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2012 FBO #3914
SPECIAL NOTICE

D -- AAcuity Software and Hardware - Justification and Approval

Notice Date
8/10/2012
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-12-AAcuity_Software_Hardware
 
Archive Date
9/5/2012
 
Point of Contact
Erica N. Fairley, Phone: 8138267069, Candida Keller, Phone: 8138267062
 
E-Mail Address
erica.fairley@socom.mil, candida.keller@socom.mil
(erica.fairley@socom.mil, candida.keller@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification and Approval U.S. Special Operations Command intends to award a Firm-Fixed Price (FFP) contract to SDS International, 1320 Central Park, Blvd., Suite 300, Fredericksburg VA 22401-4954. This acquisition will procure AAcuity PC-IG software that communicates with the Geospatial Information System (GIS) software tools and product improvements for generating and viewing three-dimensional scene visualizations on Special Operations Forces unique flight simulators and distributed computing platforms. This is not a Request for Proposal, however, all interested parties that are competent to provide the capability listed below are invited to submit a proposal. T his NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. The applicable CAGE code is 0V281 and DUNS code is 557394673. The North American Industry Classification System (NAICS) code for this acquisition is 541512, with a small business size standard of $25,000,000. This procurement action is done on a sole source basis under the authority of FAR PART 12 and FAR PART 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Government will accept and evaluate information on potential sources capable of delivering the requirements stated below. Specific requirements are: Two (2) AAcuity PC-IG CIGI Version 4.1 software with sensors included hardware dongles. The system shall be supplied within 30 days of order award. This notice of intent is not a request for competitive quotations; however, the government will consider all quotations/ responses received by 21 Aug 2012. This announcement is published for informational purposes only. No other solicitation documents are available. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested parties may identify their capabilities by responding to this requirement, no later than 12:00 p.m. EDT, 21 Aug 2012. All information submitted should support the offerors capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offerors ability to provide these items in the timeframe required. Verbal responses are not acceptable and will not be considered. Responses may be submitted via email if the total file size is less than 5MB. Otherwise, responses must be submitted via hard copy to: HQ U.S. Special Operations Command, SORDAC-KI, 7701 Tampa Point Blvd, MacDill AFB, FL 33621. Questions concerning this requirement should be e-mailed to erica.fairley@socom.mil. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. FAR 52.212-1, Instructions to Offerors-Commercial Items, and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items. Evaluation will be based on the following factors: technical (capability of item(s) offered to meet the governments needs) and price. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Offerors must submit a complete copy with their offers). To obtain an electronic copy of 52.212-3, visit the following web site: http://farsite.hill.af.mil, or contact Erica Fairley (at the below e-mail address); 52.212-4 Contract Terms and Conditions Commercial Items, and any addenda to the provision as listed in this notice; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.232-33, Mandatory information for Electronic Funds Transfer payments; 52.247-34, F.O.B Destination; 25.247-29 F.O.B Origin; 52.252-2, Clauses Incorporated By Reference; 252.225-7001-Buy American Act and Balance of Payments Program; DFARS, 252.204-7004, Required Central Contractor Registration (CCR); 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be registered in System for Award Management ( www.sam.gov/portal/public/SAM ) before award can be made. The quote format is at the discretion of the offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-12-AAcuity_Software_Hardware/listing.html)
 
Place of Performance
Address: 7701 Tampa Point Blvd., MacDill AFB, FL 33621, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02834878-W 20120812/120810235956-e2291598cb9e7bf20fec16b6f2116ca9 (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.