SOLICITATION NOTICE
D -- Electronic Light Table (ELT) Maintenance
- Notice Date
- 1/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- 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
- NP88G66008AS03
- Response Due
- 2/2/2007
- Archive Date
- 2/17/2007
- Description
- The National Geospatial-Intelligence Agency has a requirement for the following Electronic Light Table (ELT) items: CLIN0001: ELT5500ProFloatMain - ELT/5500 PRO Maintenance & Support Renewal Floating License (Qty = 10 each), CLIN0002: ELT5500Pro-Main - ELT/5500 PRO Maintenance & Support Renewal Node Locked License (Qty = 5 each) Period of performance for both CLINs: 04/01/2007 through 03/31/2008. BRAND NAME JUSTIFICATION: ELT/5500 PRO is a proprietary software application made by Overwatch Systems. This requirement is for maintenance on an Electronic Light Table (ELT) Software package used to view, exploit and create products from softcopy imagery. It offers some features no present within the NGA Standard ELT, specifically, False Color Pallates and other tools useful for Advanced Scientific Analysis of Imagery. Selection of a different product would not be compatible with our customers. Delivery is FOB Destination to NGA Washington Navy Yard, Attn: Covert Beach/PZIE 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. This software is a proprietary product of Overwatch Systems, and no resellers are authorized to perform maintenance on their product. Therefore, this will be procured on a sole source basis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. 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 12:30 p.m., Central Daylight Time (CDT), 05 February 2007. 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, MS: L-13, Arnold, MO
- Zip Code: 63010-6238
- Country: UNITED STATES
- Zip Code: 63010-6238
- Record
- SN01219510-W 20070127/070125221314 (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 |