Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2009 FBO #2629
DOCUMENT

70 -- BRAND NAME SPSS Course Survey Processing and Reporting Software Products - Statement of Work

Notice Date
2/4/2009
 
Notice Type
Statement of Work
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
HM157509T0007
 
Archive Date
2/25/2009
 
Point of Contact
Fleurelle Y Humphrey,, Phone: 314-676-0183
 
E-Mail Address
fleurelle.y.humphrey@nga.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this acquisition is 511210. The reference number for this Request for Quote (RFQ) is HM1575-09-T-0007. The National Geospatial Intelligence-Agency has a requirement for the NGA College a requirement to procure software for creating, printing, scanning, processing, analyzing and generating reports for end of course surveys for the Survey Processing and Reporting (SPAR) as outlined below, software maintenance and a one year hardware maintenance for a compatible Fujitsu fi-5530C scanner. NGA plans to solicit and award a firm fixed price contract under FAR Part 12 and 13 for Brand Name SPSS products. The statutory authority of the test program for commercial items (Section 4202 of the Clinger Cohen Act of 1996 and FAR 13.501). SPSS owns the proprietary rights to the software code for the SPSS products associated with this requirement and only SPSS and their authorized resellers can provide this product/service. The requirement is for BRAND NAME software and software maintenance 1.) SPSS Statistics (Base) 17.0, Qty: 3 each. 2.) SPSS mrPaper/mrScan/mrAuthor software Bundle, Qty: 1 each. 3.) ReadSoft EHF Forms, Qty: 1 each. 4.) SPSS Desktop Reporter, Qty: 1 each. 5.) One year software maintenance for SPSS Statistics (Base) 17.0, Qty: 3 each. 6.) One year software maintenance for SPSS mrPaper/mrScan/mrAuthor software Bundle, Qty: 1 each. 7.) One year software maintenance for ReadSoft EHF Forms, Qty: 1 each. 8.) One year software maintenance for SPSS Desktop Reporter, Qty: 1 each. 9.) Service Installation Package to include four (4) days for Installation, Configuration, and Programming Assistance. 10.) Classroom Training Package to include a six (6) month subscription for unlimited classes for Qty of three (3) people. 11.) On-site annual maintenance agreement for a compatible Fujitsu fi-5530C scanner, Qty: 1 each. The delivery of the software and software maintenance is to be as soon as possible. The delivery of the Service Installation Package will take place within 30 days of receipt of software and/or at a date agreed upon by the vendor and the COR. The period of performance for the maintenance of the scanner is for twelve (12) months after date of award. The SPSS software referenced in this posting are proprietary products of SPSS Inc. This combined synopsis/solicitation is issued on a limited sources basis due to the agency Colleges’ need for a survey processing and reporting system. BRAND NAME acquisition is due to the highly specialized technical requirements. The SPSS software is the only product that fulfills the specific form, fit, and function requirements of NGA at this time. Delivery is FOB Destination. The place of performance is NGA Belvoir, National Geospatial Intelligence College, Attn: Virginia L. Armacost, MS K-1, 5855 21st St., Suite 101, Ft. Belvoir VA 22060-5921. Total cost shall also include any shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the vendor by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Vendors 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; 52.219-8 Utilizing Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-23, 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, Equal Opportunity 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; 52.222-50 Combating Trafficking in Persons, 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.239-1 Privacy or Security Safeguards. 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, DFARS 252.225-7012, Preference for Certain Domestic Commodities, Gratuities; DFARS; 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. Attachments are Statement of Work. 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. All offers are due to this agency no later than 9:00am Central Daylight Time, 10 Feb 2009. Send all offers/questions to Fleurelle Humphrey via e-mail at fleurelle.y.humphrey@nga.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b1b63332791baa23493665486f7c39cd&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Statement of Work (SOW for SPAR_1.pdf)
Link: https://www.fbo.gov//utils/view?id=a257f36c67f6f9bc241291f22dde115f
Bytes: 193.88 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NGA College, Ft. Belvoir VA, Ft. Belvoir, Virginia, 22060-5921, United States
Zip Code: 22060-5921
 
Record
SN01743593-W 20090206/090204215615-b1b63332791baa23493665486f7c39cd (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.