Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOLICITATION NOTICE

70 -- Massive Prime (Annual Maintenance Required)

Notice Date
9/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
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
NPY8G69208AS03
 
Archive Date
9/23/2009
 
Point of Contact
Pamela A. Laws, Phone: 314-676-0182, Patricia L. Henson, Phone: 314-676-0200
 
E-Mail Address
pamela.a.laws@nga.mil, Patricia.L.Henson@nga.mil
(pamela.a.laws@nga.mil, Patricia.L.Henson@nga.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description(s): 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 541519. The reference number for this Request for Quote (RFQ) is NPY8G69208AS03. The National Geospatial Intelligence-Agency has a requirement to generate specialized scenarios depicting the "what if" situations for WMD disasters. Massive Prime's intuitive node-based interface allows artists to interactively create AI-enabled agents with custom responses for specific behaviors, without any programming required. NGA plans to solicit and award a firm fixed price contract under FAR Part 12 and 13 for Brand Name Massive Prime products/services. The statutory authority of the test program for commercial items (Section 4202 of the Clinger Cohen Act of 1996 and FAR 13.501). Preliminary market research revealed these items are competitively available in the open market. The requirement is for BRAND NAME software and software maintenance 1.) Massive Prime, Qty: 1 each. 2.) Annual Maintenance for Massive Prime (Required), Qty: 1 each. 3.) Locomotion Agent, Qty: 1 each; 4.) Mayhem Agent, Qty: 1 each. The delivery of the software and software maintenance is to be as soon as possible. Delivery of Contract Line Item(s) 0001 thru 0004 are to be delivered to NGA Washington Navy Yard. The pricing will include one year of maintenance coverage with the period of performance anticipated for one year from date of delivery. This combined synopsis/solicitation is issued on a limited sources basis due to the agency's requirement for Massive Prime software and maintenance. BRAND NAME acquisition is due to the highly specialized technical requirements. The Massive Prime software is the only product that fulfills the specific salient characteristics for this NGA requirement at this time. Delivery is FOB Destination. The place of performance is NGA Washington Navy Yard, 1200 First Street, SE; Washington DC 20303. 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 2005-35. 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. 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, 8 September 2009. Send all offers/questions to Pamela Laws via e-mail at Pamela.A.Laws@nga.mil or Ms. Patricia L. Henson via email at Patricia.L.Henson@nga.mil. Point of Contact(s): Pamela Laws, Contract Specialist, Phone 314-676-0182, Fax 314-676-3010, Pamela.A.Laws@nga.mil. Contracting Office Address: Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13 3838 Vogel Road, Arnold, MO, 63010-6238, UNITED STATES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/NPY8G69208AS03/listing.html)
 
Place of Performance
Address: NGA Washington Navy Yard, 1200 First Street, SE, Washington DC, District of Columbia, 20303, United States
Zip Code: 20303
 
Record
SN01936147-W 20090903/090902005514-43067261d7a562895d7c57bff2cc9971 (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.