SOLICITATION NOTICE
70 -- Autodesk AutoCAD License Renewal
- Notice Date
- 7/6/2015
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334614
— Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA15F1868
- Archive Date
- 7/29/2015
- Point of Contact
- Andrew T. Rothstein,
- E-Mail Address
-
RothsteinAT@state.gov
(RothsteinAT@state.gov)
- Small Business Set-Aside
- N/A
- Award Number
- SAQMMA15F1868
- Award Date
- 6/29/2015
- Description
- JUSTIFICATION AND APPROVAL (J&A) FOR OTHER THAN FULL AND OPEN COMPETITION 1. Identification of the agency and the contracting activity: The Office of Acquisition Management is conducting this acquisition for renewal of licenses for AutoCAD LT drawing & drafting software for Department of State owned equipment on behalf of the Telecommunication, Wireless, and Data Services Division (IRM/OPS/ENM/TWD). The estimated value of this acquisition is $4,275.50 2. Nature and/or description of the action being approved: TWD uses AutoCAD software to develop drawings of floors, network, cabling, PBX, or CER. TWD needs to renew the current licenses in use today. TWD needs to renew its licenses to continue its mission. 3. A description of the supplies or services required to meet the Department's needs: The Department has a requirement to renew existing software licenses to its AutoCAD drawing and drafting system. TWD Cabling, Network, Voice, and Project Managers use AutoCAD to draw the diagrams of floors, network PBX or CER for continuously update anytime the infrastructures change including the special projects. 4. Justification rationale and a demonstration of the proposed contractor's unique qualifications to provide the required supply or service: This J&A is submitted under FAR 6.302-1(c), Application for brand-name descriptions. The required items are licenses to proprietary AutoCAD software already in use by the Department of State (DOS). The proprietary software support is available only from the original software manufacturer and its authorized partners, and therefore precludes consideration of any other brand. 5. A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The Government is not proposing a specific contractor. There are many contractors capable of providing the required products and services 6. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. The Government intends to post the requirement on GSA e-Buy, which includes many contractors capable of meeting the requirement under GSA Schedule 70. 7. A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. All required items are commercially available and pricing is widely available in GSA Schedules, which are already deemed to be fair and reasonable, 8. A description of the market survey conducted and the results or a statement of the reasons a market survey was not conducted. No market research was conducted, as the current AutoCAD IT software licenses are proprietary software that is known to be readily available under GSA Schedules. AutoCAD is proprietary software that is only available through authorized software resellers of the original manufacturer-AutoCAD. 9. Any other facts supporting the use of other than full and open competition. None 10. A listing of sources, if any, that expressed, in writing, an interest in the acquisition. None 11. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. Include a statement that this J&A for other than full and open competition will be published on FedBizOpps in accordance with FAR Section 6.305 within 14 days of award (or within 30 days if the J&A is for unusual and compelling urgency.) The Department will post the this J&A in FedBizOps in accordance with FAR Section 6.305 and FAR 8.405-6(d)(2).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15F1868/listing.html)
- Place of Performance
- Address: N/A, United States
- Record
- SN03786809-W 20150708/150706235033-238a4ba8484d4b98068c3dcebba5b4cc (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 |