SPECIAL NOTICE
99 -- Purchase one year of subscription to DamWatch Software-as-a-Service (SaaS) hosted on the AWS to perform dam assessment and monitoring at ERDC-GSL
- Notice Date
- 7/16/2018
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ18R8830
- Archive Date
- 8/4/2018
- Point of Contact
- Janalyn H. Dement, Phone: 6016345232
- E-Mail Address
-
janalyn.h.dement@usace.army.mil
(janalyn.h.dement@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) intends to issue an award on a sole source basis (IAW FAR 13.106-1(b)(1)) to USEngineering Solutions Corp., 3 Lewis Street, Hartford, Connecticut, to provide one year of subscription to DamWatch Software-as-a-Service (SaaS) hosted on the AWS to perform dam assessment and monitoring at ERDC-GSL. ERDC Geotechnical and Structures Laboratory requires Damwatch application hosting software license that is compatible with the laboratory's existing Damwatch software to be able to link to the software though mobile devices to create 'real time' inspection reports. The hosting software license will also allow US Engineering Solutions the ability to troubleshoot software issues and provide updates as necessary to comply with RDE requirements. The hosting license should be capable of: (1) Supporting Damwatch software with the ability to be remotely accessed by US Engineering Solutions to update versions of Damwatch and make patches to conform to IT changes made to the RED system. (2) Providing comprehensive analytical and visualization tools for multiple sensor types through linking remotely collected data on the Damwatch software platform. (3) Supporting Damwatch software with the ability to be remotely accessed by dam inspectors to create 'real time' inspection reports while in the field. The intended procurement will be classified under North American Industry Classification System (NAICS) 511210 with a Small Business Size Standard of $38.5 million. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data sufficient to determine capability in providing the same or similar product. All capability statements received by the closing date of this publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Capability statements shall be submitted only by e-mail as a Microsoft Office Word, Microsoft Office Excel, or Adobe PDF attachment to Janalyn.H.Dement@usace.army.mil. Statements are due by 12:00pm Central Standard Time, 20 July 2018. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ18R8830/listing.html)
- Record
- SN04993161-W 20180718/180716231033-99f9fb10481c4a50c23e0e3315562c84 (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 |