ArcGIS Software and Maintenance Renewals
PLEASE READ THIS ENTIRE NOTICE AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis solicitation prepared in accordance with the format in FAR Subpart 12.6-Streamlined Pr... PLEASE READ THIS ENTIRE NOTICE AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis solicitation 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 included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is N66604-19-Q-3257. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order to Environmental Systems Research Institute Inc. (ESRI) at 380 New York Street, CA 92378-8118 on a sole source basis in accordance with FAR 13.106(b) for the items listed below: CLIN 0001: ArcGIS Desktop and Enterprise Maintenance Qty. Material # Description 1 52384 ArcGIS Desktop Advanced Concurrent Use Primary Maintenance 5 52385 ArcGIS Desktop Advanced Concurrent Use Secondary Maintenance 1 87232 ArcGIS Spatial Analyst for Desktop Concurrent Use Primary Maintenance 3 87233 ArcGIS Spatial Analyst for Desktop Concurrent Use Secondary Maintenance 1 87198 ArcGIS 3D Analyst for Desktop Concurrent Use Primary Maintenance 2 87199 ArcGIS 3D Analyst for Desktop Concurrent Use Secondary Maintenance 1 87236 ArcGIS Geostatistical Analyst for Desktop Concurrent Use Primary Maintenance 1 114511 ArcPad Maintenance 1 157023 ArcGIS Developer Professional Subscription 4 161326 ArcGIS Enterprise Advanced Up to Four Cores Maintenance CLIN 0002: Desktop Licenses Qty. Material # Description 1 52382 ArcGIS Desktop Advanced Concurrent Use License 1 122086 ArcGIS Desktop Advanced Single Use License 1 160478 ArcGIS Image Server (Windows) Up to Four Cores License CLIN 0003: Data Appliance Qty. Material # Description 1 138076 Data Appliance for ArcGIS World Basic Yearly Term Licence The Period of Performance (POP) for CLINs 0001 through 0003 is 9/27/2019 - 9/26/2020. ESRI is the sole manufacturer and exclusive distributor of all ArcGIS software products. In addition, ESRI has exclusive rights to all software maintenance agreements which make it the only company capable of providing the required software maintenance for NUWCDIVNPT ArcGIS software. There are no authorized resellers of this maintenance. A determination by the Government not to compete this proposed contract 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. This procurement is solicited as Other Than Full and Open Competition as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 511210; the Small Business Size Standard is 38.5M. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-04. The provision at FAR 52.204-24, Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment applies to this solicitation. The clause at FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment applies to this solicitation. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and Clause 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. The following Section 508 standards apply: CLIN 0001: 36 C.F.R. § 1194.21 - Software Applications and Operating Systems; 36 C.F.R. § 1194.22 - Web-Based and Internet Information and Applications; 36 C.F.R. § 1194.31 - Functional Performance Criteria; and 36 C.F.R. § 1194.41 - Information, Documentation, and Support. CLIN 0002: 36 C.F.R. § 1194.21 - Software Applications and Operating Systems; 36 C.F.R. § 1194.31 - Functional Performance Criteria; and 36 C.F.R. § 1194.41 - Information, Documentation, and Support. CLIN 0003: 36 C.F.R. § 1194.41 - Information, Documentation, and Support. Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. If no surcharge is applicable, the Government's preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. Offers received after the closing date and time specified will be ineligible for award. Quotes may be submitted electronically and must be received on or before 2 p.m. EST on Thursday, September 05, 2019. GSA Schedule and open market quotes will be accepted. For information on this acquisition contact Levi Andrews at levi.andrews@navy.mil or 401-832-4740.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »