The RFP Database
New business relationships start here

Spatial Analyer Software Updates


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08 effective 31 May 2018. The synopsis/solicitation number is W91ZLK-19-Q-0001 for the purchase of Spatial Analyzer software maintenance subscription. For the Period of Performance of base year and three (3) option years. The requirement is a total set-aside among Small Business Concerns represented by NAICS Code 511210 (computer software publishing or publishing and reproduction.). The Government contemplates an award of a Firm-Fixed Price contract to the Lowest Priced Technically Acceptable (LPTA) offer.

Description of Requirements:

License 4815 Maintenance Lapse Fee – 1 JOB

Software Subscription Key 4815 – 1 JOB

License 6687 Maintenance Lapse Fee – 1 JOB

Software Subscription Key 6687 – 1 JOB

Quantity

Base Year Quantity

Base Year – License 4815 & 6687 Term (12 month) – Base Year (11 Jan 2019 – 1 Jan 2020)

Option Year 1 Quantity

Option YR 1 – License 4815 & 6687 Term - (12 month) – 11 Jan 2021 – 11 Jan 2022

Option Year 2 Quantity

Option YR 2 – License 4815 & 6687 Term – (12 month) – 12 Jan 2022 – 12 Jan 2023

 

Option Year 3 Quantity

Option YR 3 – License 4815 & 6687 Term – (12month) – 13 Jan 2023 – 13 Jan 2024

Technical Evaluation criteria:

1.     Must have at least 5 years of experience providing software subscription services for Spatial Analyzer software.

2.     Quotes must be submitted by current Authorized Spatial Analyzer Resellers.

Instructions to Offerors:

·        Please provide a quote based on the quantity table above

·        For specific information, refer to SOW attached.

By submitting a quote the Contractor agrees to the notations identified in the SOW.

All quotations from responsible sources will be full considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov. database prior to award will not be considered. Vendors may register with SAM online at the website link provided.

For questions concerning this solicitation, contact Olga M. Hairston, Purchasing Agent, via email at olga.m.hairston.civ@mail.mil. All questions must be received by 28 December 2018 at 10:00 a.m. Eastern Time.

This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph. Identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil

FAR 52.204-7 System for Award Management

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2015

FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporation-Rep NOV 2015

FAR 52.209-6 – Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.

FAR 52.209-10 – Prohibition on Contracting with Domestic Corporations.

FAR 52.212-1 – Instructions to Offeror – Commercial Items.

FAR 52-212-2. Evaluation – Commercial Items

FAR 52.212-3, Offeror Representations and Certifications – Commercial Items

FAR 52.212-4- Contract Terms and Conditions – Commercial Items

FAR 52.212-5 – Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items.

FAR 52.217-5, Evaluation of Options

FAR 52.217-7- Option for Increased Quantity – Separately Priced Line Item.

FAR 52.217-9, Option to Extend the Term of the Contract

FAR 52.219-28, Post-Award Small Business Program Representation

FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications

FAR 52.232-33 – Payment by Electronic Funds Transfer – System for Award Management

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.233-1 – Disputes

FAR 52.233-3 – Protest After Award

FAR 52.233-4 – Applicable Law for Breach of Contract Claim

FAR 52.243-1 – Changes – Fixed Price

FAR 52.246-2 – Inspection of Supplies – Fixed-Price

FAR 52.247-34 – F.O.B. Destination

DFARS 252.203-7000 – Requirements Relating to Compensation of Former DoD Officials.

DFARS 252.203-7002 – Requirements to inform Employees of Whistleblower Rights.

DFARS 252.204-7003 – Control of Government Personnel Work Product.

DFARS 252.204-7012 – Safeguarding of Unclassified Controlled – Technical Information.

DFARS 252.204-7015 – Disclosure of Information to Litigation Support Contractors.

DFARS 252-211-7003, Item Identification and Valuation.

DFARS 252-215-7007, Notice of Intent to Re-solicit

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7048, Export – Controlled Items

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

DFARS 252.232-7006, Wide Area Workflow Payment Instructions.

DFARS 252.232-7010 – Levies on Contract Payments.

DFARS 252.243-7001 – Pricing of Contract Modifications.

DFARS 252.244-7000 – Subcontracts for Commercial Items

DFARS 252.247-7023 – Transportation of Supplies by Sea

Primary Point of Contact:

Olga M. Hairston

Olga.m.hairston.civ@mail.mil

Contracting Office Address:

6565 Surveillance Loop

Building 6001

Aberdeen Proving Ground, Maryland 21005-1846

Place of Contract Performance:

US Army

Aberdeen Proving Ground, Maryland 21010

United States

Allow Vendors to Add/Remove From Interested Vendors:

NO

Allow Vendors to View interested Vendors List:

YES

Recovery and Reinvestment Act Action:

NO

 


Olga M. Hairston, Purchasing Agent, Phone 4438614718, Email olga.m.hairston.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP