SOLICITATION NOTICE
70 -- QT Modeler Maintenance
- Notice Date
- 3/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- 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
- 8G61012AS12
- Archive Date
- 3/18/2011
- Point of Contact
- Melissa Kasate, Phone: 3146760218, ,
- E-Mail Address
-
melissa.a.kasate@nga.mil,
(melissa.a.kasate@nga.mil, /div)
- 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 requirement is for the following items: CLIN 0001: Renewal of Maintenance for QT Modeler Maintenance, 55 Each, Period of Performance April 01, 2011 – March 31, 2012 BRAND NAME JUSTIFICATION: NGA has a requirement QT Modeler Maintenance for the period and quantities as listed above. All of the products referenced in this posting are proprietary products of Applied Imagery. The QT Modeler software has already been integrated into the NGA enterprise. Personnel would have to be trained to use the new software and NGA would suffer unacceptable production delays due to the implementation of the software. The QT Modeler Maintenance is the only maintenance that fulfills the features of this requirement at this time. NOTE: In order to submit a quote, you must be the manufacturer or an authorized reseller for QT Modeler Maintenance. SHIPPING INSTRUCTIONS : NGA Navy Yard ATTN: Covert Beach MS N-024 1200 First Street SE Washington DC 20303-0001 In order to be considered for award, vendor must be registered in the Central Contractor Registration (CCR), www.ccr.gov and have completed the Offeror Representations and Certifications document with paragraphs (b) thru (i) completed as applicable. Please email or fax your quote to Melissa.a.kasate@nga.mil or fax number 314-676-3010, Attn: Melissa Kasate. If you have any questions or comments, please feel free to contact me via email or phone: 314-676-0218. This RFQ closes at 1:00 pm central/standard time on Thursday, March 3, 2011. Clauses and Provisions: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. 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 Alt I Offeror Representations and Certification--Commercial Items, with their offer; The clause at 52.204-7 Central Contractor Registration apples to this acquisition; The clause at 52.204-10 Reporting Subcontract Awards applies to this acquisition; 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: 52.222-3 Convict Labor; 52.222-19 Child Labor -- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.225-3 Alt I Buy-American Act – North American Free Trade Act – Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-25 -- Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 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: 252.247-7023 Alt III Transportation of Supplies by Sea; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; The following clauses also apply to this acquisition: 252.203-7002 Requirement to Inform Employees of Whistleblower rights; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A, Required Central Contractor Registration; 252.204-7008 Export Controlled Items; 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; 252.232-7010 Levies on Contract Payments; 252.247-7022 Representation of Extent of Transportation by Sea; 252.247-7023 Transportation of Supplies by Sea. The clause at 5X252.204-7000-90 NGA: Public Release of Information applies to this acquisition; 5X52.227-9000 NGA: Unauthorized Use of NGA Name, Seal, and Initials; 5X52.232-9000 NGA Submission of Invoices. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/8G61012AS12/listing.html)
- Place of Performance
- Address: NGA Navy Yard, ATTN: Covert Beach MS N-024, 1200 First Street SE, Washington DC 20303-0001, United States
- Zip Code: 20303-0001
- Zip Code: 20303-0001
- Record
- SN02390618-W 20110303/110301235003-b1d231b6e11e7dbe2ebf1eef4043670d (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 |