Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:68HE0919Q0009
EQuIS Software Annual Maintenance Agreement (SMA) Subscription The EQuIS Software Maintenance Agreement (SMA) includes all version upgrades, patches, bug fixes, and enhancements to EQuIS - see EULA fo...
EQuIS Software Annual Maintenance Agreement (SMA) Subscription The EQuIS Software Maintenance Agreement (SMA) includes all version upgrades, patches, bug fixes, and enhancements to EQuIS - see EULA for benefits; the first annualThe U.S. Environmental Protection Agency, Region 9, intends to award a Firm Fixed Price, sole source purchase order to EarthSoft, 9455 Pensacola Blvd Ste B, Pensacola, FL, 32534-1237 to provide annual software maintenance for its proprietary software, EQuIS, for one base year and four option years. The applicable North American Industry Classification System (NAICS) code for this acquisition is 541511 (Custom Computer Programming Services) with a small business size standard of $27,500,000. The authority for the sole source is FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. A determination not to compete this proposed sole source has been made because EarthSoft is the only source capable of providing the required services. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS/QUOTES and NO SOLICITATION OR REQUREST FOR QUOTE (RFQ) IS AVAILABLE. However, the government will consider all responses received within 15 days of publication. Interested parties may identify their interest and capability to respond to the requirement. All responses received within 15 days after date of publication of this synopsis will be considered by the government for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered, telephone requests or inquiries will not be accepted. All documents submitted will not be returned. The Capability documentation should include general information and technical background describing in detail the ability to support this requirement. Additionally, it should include the point of contact, address, telephone number and e-mail address. All responses are due by Noon PST on Saturday, September 12, 2019.