Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2011 FBO #3539
SOLICITATION NOTICE

70 -- Statistica Software License Renewal

Notice Date
8/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334611 — Software Reproducing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-11-T-0032
 
Archive Date
9/13/2011
 
Point of Contact
Daniel W. Spaulding, Phone: 2027672322, ,
 
E-Mail Address
daniel.spaulding@afncr.af.mil,
(daniel.spaulding@afncr.af.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
Notice of the Intention to Award a Sole Source Contract This is a notice of intent to award for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This is a notice of the intention to award a sole source contract to StatSoft Inc. for the statistical analysis product known as Statistica IAW FAR 6.302-1, per Authority 10 U.S.C. 2304(c)(1). The reason for the decision to award this on a sole source basis is in the fact that this is a follow-on contract for the software license, currently utilized by the agency. Statistica has been used to meet this requirement since 2002. There are ongoing multiple year projects using this software. Selection of another source would require completely rebuilding existing databases, reinstalling software, rewriting models, and user training resulting in project delays and substantial cost increases. This would result in an unacceptable disruption of the government's mission and negatively impact the customer's mission. This announcement constitutes the only solicitation; All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. A written solicitation will not be issued. The solicitation number is FA7014-11-T-0032. The North American Industry Classification System code is 334611 with a business size standard of 500 employees. CONTRACT LINE ITEMS: Base period plus four Option Periods 0001: Qty: 1 EA AGA Concurrent Network Statistica Advanced + QC Renewal from Statsoft Inc. 0002: Qty: 1 EA AXA Concurrent Network Statistica Advanced Renewal from Statsoft Inc. 1001: Qty: 1 EA AGA Concurrent Network Statistica Advanced + QC Renewal from Statsoft Inc. 1002: Qty: 1 EA AXA Concurrent Network Statistica Advanced Renewal from Statsoft Inc. 2001: Qty: 1 EA AGA Concurrent Network Statistica Advanced + QC Renewal from Statsoft Inc. 2002: Qty: 1 EA AXA Concurrent Network Statistica Advanced Renewal from Statsoft Inc. 3001: Qty: 1 EA AGA Concurrent Network Statistica Advanced + QC Renewal from Statsoft Inc. 3002: Qty: 1 EA AXA Concurrent Network Statistica Advanced Renewal from Statsoft Inc. 4001: Qty: 1 EA AGA Concurrent Network Statistica Advanced + QC Renewal from Statsoft Inc. 4002: Qty: 1 EA AXA Concurrent Network Statistica Advanced Renewal from Statsoft Inc. FAR CLAUSES: The clauses at 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 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, 52.223-18 Contractor Policy to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-18 Availability of Funds, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.252-4 Alterations in Contract, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7006 Billing Instructions, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments FAR PROVISIONS: The provisions at 52.212-2 Evaluation-Commercial Items (below), 52.212-3 Offeror Representation and Certifications-Commercial Items - Alternate I, 52.217-5 Evaluation of Options, 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification, 52.252-3 Alterations in Solicitation 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, utilizing Lowest Price Technically Acceptable procedures, using the rating scheme of "Acceptable" or "Unacceptable". (i) technical capability of the item offered in accordance with the specifications defined above, to meet the Government's requirement; (ii) price; (iii) and past performance (see FAR 15.304); (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR Clause 52.212-1, Instructions to Offerors applies to this acquisition. Interested Offeror(s) will submit the following (1) A statement describing the offered technical capability of the item or product literature; (2) complete and signed copy of price offer; and (3) Past Performance information delivering similar product in similar envionment, Government or civilian environment. FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representaion and Certifications Application (ORCA). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All invoices shall be submitted through Wide Area Work Flow. Interested Offeror(s) can register at https://wawf.ef.mil/index.html. All quotes must be received by 4:30 PM Eastern Standard Time (EST) on 29 August 2011 to AFDW/ PKEA 2822 Doherty Dr. SW, BLDG 94, SUITE 310 Anacostia Annex, DC 20373-5810 by mail, facsimile, or e-mail to daniel.spaulding@afncr.af.mil. An official authorized to bind the Offeror shall sign and date the quote. Questions concerning this combined synopsis/solicitation will be addressed to A1C Daniel Spaulding, Contract Specialist, Phone (202) 767-2322, FAX (202) 767-7892 or e-mailed to daniel.spaulding@afncr.af.mil by 12:00 PM on 26 August 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-11-T-0032/listing.html)
 
Place of Performance
Address: 100 Washington Blvd. (Route 27) RM 4D247, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN02517416-W 20110803/110801235512-871f5b26979bb1742e81b4a5a1d0275b (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.