The National Geospatial-Intelligence Agency (NGA) intends to award a sole source firm fixed price contract to Deltek, Inc. This combined synopsis/solicitation is posted with the intent of awarding to Deltek, Inc 13880 Dulles Corner Lane, Herndon, VA 20171. These items are proprietary products and services of the vendor and there are no known authorized resellers of the required items. BRAND NAME JUSTIFICATION: NGA has a requirement for the brand name software licenses and annual software maintenance coverage as outlined above. All of the products referenced in this posting are proprietary products of Deltek, Inc. Deltek, Inc is the sole producer of wInsight software and annual maintenance. NGA is expanding an existing system that currently utilizes Deltek, Inc software and no other brand of software will seamlessly integrate into NGA's existing system. The wInsight software suite is the only software that fulfills the form, fit, and function requirements of the NGA at this time. Period of performance for software maintenance is expected to be approximately 20 May 2010 through 19 May 2011. Please respond as soon as possible but no later than 1:00 pm Central, May 13, 2010. The requirement is for the following Deltek wInsight items:
Line Item Description QTY (users) P.O.P
0001 wInsight 29 5/20/2010 - 05/19/2011
SKU 200-10101
wInsight Administrator 16 5/20/2010 - 05/19/2011
SKU 200-10094
C/S Glue 11 5/20/2010 - 05/19/2011
SKU 200-10104
Risk + 10 5/20/2010 - 05/19/2011
SKU 200-10115
wInsight Dashboard 1 5/20/2010 - 05/19/2011
Components
SKU 200-10096
wInsight Web/Dashboard 100 5/20/2010 - 05/19/2011
Seat License
SKU 200-10099
NOTE: In order to submit a quote, you must be the manufacturer or an authorized reseller for (wInsight Software).
SHIPPING INSTRUCTIONS:
Delivery will be made to:
3838 Vogel Road
St. Louis, MO 63010
United States
In order to be considered for award, vendor must be registered in the Central Contractor Registration (CCR), www.ccr.gov and have completed the Offeror Representations and Certifications document with paragraphs (b) thru (i) completed as applicable.
Please email or fax your quote to [email protected]
or fax number 314-676-3010, Attn: Marquita Jones. If you have any questions or comments, please feel free to contact me via email or phone: 314-676-0204.
Clauses and Provisions:
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Vendors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.219-28 Post Award Small Business Program Representation, 52.222-13, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.239-1, Privacy or Security Safeguards. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: and 252.247-7023, Transportation of Supplies by Sea, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.232-7010, Levies on Contract Payments, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov.