Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1998 PSA#2150

National Imagery and Mapping Agency, PCU/MS D-88, 4600 Sangamore Road, Bethesda, MD 20816-5003

70 -- ERDAS IMAGINE SOFTWARE AND MAINTENANCE SOL NMA201-98-R-0087 DUE 081098 POC Rachel Glaros, Contract Specialist, (301) 227-7832, FAX (301) 227-5573 This announcement is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is NMA201-98-R-0087 and this solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-06. This is a total small business set-aside. The Standard Industrial Classification Code is 5045 and the business size is 100 employees. The National Imagery and Mapping Agency wishes to procure the following software and software maintenance: CLIN 0001, 1 EA, ERDAS IMAGINE Imagizer Production for 8.3-CD ROM and documentation, Part Number SWE-IMGZ; CLIN 0002, 1 EA, ERDAS IMAGINE Imagizer Production for 8.3-CD ROM and documentation, Part NumberSWE-IMGZ; CLIN 0003, 1 EA, ERDAS IMAGINE Imagizer Production for 8.3-CD ROM and documentation, Part Number SWE-IMGZ; CLIN 0004, 2 EA, ERDAS IMAGINE 8.2 to IMAGINE 8.3 Professional Upgrade, Part Number SWE-SIMPF-UP; CLIN 0005, 2 EA, ERDAS IMAGINE Advantage to IMAGINE 8.3 Professional Upgrade, Part Number SWE-IMADPF; CLIN 0006, 2 EA, Annual Maintenance on ERDAS IMAGINE 8.3, Part Number SWE-SIMPF; CLIN 0007, 2 EA, Annual Maintenance on ERDAS IMAGINE 8.3, Part Number SWE-SIMPF; CLIN 0008, 2 EA, ERDAS IMAGINE 8.3 Vector Module, Part Number SWE-IMV; CLIN 0009, 2 EA, ERDAS IMAGINE 8.3 NTIF-CD ROM and documentation, Part Number SWE-IMNI; CLIN 0010, 2 EA, ERDAS IMAGINE 8.3 NTIF-CD ROM and documentation, Part Number SWE-IMNI; CLIN 0011, 2 EA, ERDAS IMAGINE 8.3 Virtual GIS, Part Number SWE-IMVG; CLIN 0012, 2 EA, ERDAS IMAGINE 8.3 Virtual GIS, Part Number SWE-IMVG; CLIN 0013, 2 EA, ERDAS IMAGINE 8.3 Sub Pixel Classifier-CD ROM and documentation, Part Number SWE-IMSP; CLIN 0014, 2 EA, ERDAS IMAGINE 8.3 Sub Pixel Classifier-CD ROM and documentation, Part Number SWE-IMSP. Delivery for CLINs 0001, 0004, 0006, 0009, 0011 and 0013 are expected to be FOB destination to NIMA, 4600 Sangamore Road, Bethesda, MD, NLT, 30 days after award of contract (AOC). Delivery for CLIN 0002 is expected to be FOB destination to NIMA, Washington Navy Yard, Bldg. 213, 1200 First Street SE, Washington D.C., NLT 30 days after award of contract (AOC). Delivery for CLINs 0003, 0005, 0007, 0008, 0010, 0012, 0014 are expected to be FOB destination to NIMA, 3200 South Second Street, St. Louis, MO., NLT 30 days after award of contract (AOC). 24 hour advance notice prior to delivery will be required. Multiple award will be made to one contractor. CLINs 0001 and 0002 will compose one award. CLINs 0003-0014 will compose the second award. The provision at 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition. Interested parties shall submit offerors which include the 11 items outlined in FAR 52.212-1(b). The Government intends to evaluate offers and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Provision at 52.212-2 Evaluation-Commercial Items, is hereby incorporated by reference. The Government intends to award a contract to the responsible offeror, whose past performance is acceptable, whose offer conforms to the solicitation to satisfy the Government's need, and whose offer will be most advantageous to the Government cost or price considered. Offerors are to include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, and the provision at 252.225-7000, Buy American Act-Balance of Payments Program Certificate with offer. In accordance with provision at 252.204-7001, Cage Code Reporting, Offeror is to provide CAGE Code with offer. The offer is to include oferror's 9-digit Data Universal Numbering System (DUNNS) number. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items, is hereby incorporated by reference (including 52.222-26, 52.222-35, 52.222-36, 52.222-37). The clause 252.204-7004, Required Central Contractor Registration, is hereby incorporated by reference. The clause at 252,212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is hereby incorporated by reference (including 252.225-7001, 252.227-7015, 252.227-7037). All required ERDAS software shall be Year 2000 compliant in accordance with the definition at FAR 39.002. Offers are to be delivered to the National Imagery and Mapping Agency address listed above, ATTN: Rachel Glaros, or faxed to 301-227-5573, no later than 10 AUG 1998, 3:00 P.M., local time. It is the responsibility of the bidder to confirm facsimiles are received. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Posted 07/30/98 (I-SN230454). (0211)

Loren Data Corp. http://www.ld.com (SYN# 0477 19980803\70-0002.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page