Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912EP-21-Z-0001
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synop...
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Small Business, Section 8(a), Service-Disable-Veteran -Owned Business (SDVOSB), Hubzone, and Women-owned(WOSB) Small Business Concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors. The U. S. Army Corps of Engineers - Jacksonville District anticipates is seeking a contractor to: 1. DESCRIPTION OF ITEMS TO BE PROCURED: a. General Description: The contractor shall provide software, multi-access network licenses (2), updates, upgrades, and support of the licensed SLIDE2 software for 12 months (plus a pro-rated period), and option years (2) for software maintenance. b. Characteristics of these Items: SLIDE2 SLOPE STABILITY MODELING SOFTWARE - FLEXIBLE PERPETUAL FIRST YEAR MAINT+ INCLUDED SLIDE2 - MAINTENANCE+ (FLEXIBLE PERPETUAL - PRO-RATED TO MAY 01 2022) SLIDE2 - MAINTENANCE+ (FLEXIBLE PERPETUAL_OPTION YEAR 1) SLIDE2 - MAINTENANCE+ (FLEXIBLE PERPETUAL_OPTION YEAR 2) c. Quantities Needed: SLIDE 2 CPU LIC AND FIRST YEAR MAINTENANCE 2 SLIDE2 - MAINTENANCE+ PRO-RATED 2 SLIDE2 - MAINTENANCE+ OPTION YEAR 1 2 SLIDE2 - MAINTENANCE+ OPTION YEAR 2 2 d. Acceptance: The Government will test the software upon receipt and installation. 2. DELIVERY INFORMATION: a. Delivery Date or Dates: Delivery shall be delivered within 14 days of award. b. Ship to address: 701 San Marco Blvd. Floor 3W, Geosystems Branch, Rm.326 nville, FL 32207-8175 The Primary point of contact is Mr. LaVaughn Williams at LaVaughn.T.Williams@usace.army.mil or (904) 232 - 2314. Please email your response to the primary point of contact if you are abale to provide the desired software by 21 April 2021 by 1500 EST.