MODIFICATION
99 -- OPNET LICENSED RENEWAL - EXTENDING CLOSING DATE TO 26 SEPT 2012
- Notice Date
- 9/25/2012
- Notice Type
- Modification/Amendment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK12T0438
- Archive Date
- 12/24/2012
- Point of Contact
- Sharon Gary, 410-278-1941
- E-Mail Address
-
ACC-APG - Installation Division
(sharon.gary@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command, Tenant Contracting Division, Aberdeen Proving Ground intends to issue a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, OPNET Technologies, 7255 Woodmont Ave, Bethesda, MA 20814-7900. NAICS Code is 511210, Business Size Standard Size is 500. Listed are the following part numbers and description: OPNET License Renewal Period of Performance: 1 Oct 2012 thru 30 Sep 2012 Part Number/Description/Qty: GSA-MD-UY OPNET Modeler License Upgrades for new releases, patch levels and software enhancements. Qty: 5 GSA-MD-SY OPNET Modeler Technical Support Agreement Qty: 5 GSA-WM-UY Wireless Module - License Upgrades for new releases, patch levels and software enhancements Qty: 5 GSA-WM-SY Wireless Module - Technical Support Qty: 5 SRS-UY Single Simulation License-Annual License Upgrades for new releases, patch levels and software enhancements. Qty: 3 SRS-SY Single Simulation License-Annual Technical Support Qty: 3 GSA-FLAN-UY Flow Analysis Module - License Upgrades for new releases, patch levels and software enhancements Qty: 1 GSA-FLAN-SY Flow Analysis Module-Technical Support Agreement Qty: 1 GSA-TMM-UY Terrain Modeling Module - License Upgrades for new releases, patch levels and software enhancements Qty: 1 GSA-TMM-SY Terrain Modeling Module - Technical Support Qty: 1 The OPNET simulation environment is only licensed through OPNET Technologies. These models are used by AMSAA to write several network communications models. Other commercial environments that support development of network communications models are not compatible. This software is proprietary and the manufacturer is OPNET. There are no solicitation documents, however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include Offeror's Online Representations and Certifications Application (ORCA)--Commercial Items in accordance to FAR 52.212-3. If the offeror does not have a copy of this provision, go to Federal Procurement Data System (SAM)https://www/uscontractorregistration.com to load required information. Any responses received without completing SAM registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Responses must be received no later than 5:00 p.m., Eastern Daylight Time, 24 September 2012. Responses should be submitted electronically to sharon.gary@us.army.mil. Fax: (410) 306-3770. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Facsimile responses are acceptable and must be received on or before the closing date. TELEPHONE REQUEST WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/572cdce595ebc54b9c85e469be91f1ba)
- Record
- SN02898636-W 20120927/120926003651-572cdce595ebc54b9c85e469be91f1ba (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 |