Federal Bid

Last Updated on 25 Sep 2015 at 8 AM
Sources Sought
Fort bliss Texas

ArcGIS Software

Solicitation ID W911SG15T9519
Posted Date 04 Sep 2015 at 4 PM
Archive Date 25 Sep 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Fort bliss Texas United states
SOURCES SOUGHT SYNOPSIS

THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for ArcGIS Software Maintenance on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.

The proposed sole source Firm Fixed Price (FFP) Purchase Order contract to Environmental Systems Research Institute, Inc. (ESRI) for ArcGIS Software Maintenance. The statutory authority for the sole source procurement is: 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements).

Government Requirements: GIS Software Maintenance

Integrates, stores, edits, analyzes, shares and displays geographic information for informed decision making. Software warranty provides for access to updates and fixes for coding conflicts and failures and to maintain the net-worthiness of the software. In support of ADCCP efforts to consolidate resources ArcGIS is provided from a central datacenter to reduce costs for physical footprint and logical consolidation of services. Impact-Capability of fulfilling the requirements OPORD 11-157 Army Data Center Consolidation Plan (ADCCP) may be severely hindered and prevent the success of the execution phase of OPORD 11-157.

Service agreement: In addition to license purchase:

One (1) year warranty on all items
Software and firmware updates/patches upon release
Priority service and privileges over non-Service Maintenance Agreement (SMA) holders
On call service technician for pre-determined events
Unlimited emergency service calls during normal business hours (M-F 8-5)

Software compatibility and interoperability:

The SW provided under this contract must be completely covered by service agreement terms for item:

10 1 52384 GIS0001MP
ArcGIS for Desktop Advanced (formerly ArcInfo) Concurrent Use Primary Maintenance

1010 1 86497 GIS0100MP
ArcGIS for Desktop Standard (formerly ArcEditor) Concurrent Use Primary Maintenance

2010 1 87194 GIS0200MP
ArcGIS for Desktop Basic (formerly ArcView) Concurrent Use Primary Maintenance

3010 1 87232 GIS0400MP
ArcGIS Spatial Analyst for Desktop Concurrent Use Primary Maintenance

4010 1 87198 GIS0300MP
ArcGIS 3D Analyst for Desktop Concurrent Use Primary Maintenance

5010 1 87236 GIS0500MP
ArcGIS Geostatistical Analyst for Desktop Concurrent Use Primary Maintenance

6010 1 98696 GIS0800MP
ArcGIS Publisher for Desktop Concurrent Use Primary Maintenance

7010 2 109215 GIS2200M
ArcGIS for Server Enterprise Advanced Up to Four Cores Maintenance

110101 114511 MT111
ArcPad Maintenance

Project timeline: 1 year (1 Oct 2015 - 30 Sep 2016)

This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is: 511210, Software Publishers and the SBA standard size is 500 employees.


In response to this sources sought, please provide:

1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Dean Carsello, at [email protected] or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.

7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.

 

Bid Protests Not Available

Similar Past Bids

Hampton Virginia 09 Mar 2020 at 1 PM
Corona California 03 Jul 2019 at 3 PM
Location Unknown 05 Jun 2018 at 5 PM
Aberdeen Maryland 15 Jan 2019 at 6 PM
Gainesville Florida 17 Sep 2013 at 12 PM

Similar Opportunities

Arlington Virginia 14 Jul 2025 at 4 PM
Arlington Virginia 14 Jul 2025 at 4 PM
Colorado 18 Jul 2025 at 4 AM (estimated)
Colorado 18 Jul 2025 at 4 AM (estimated)
Butler Georgia 08 Aug 2025 at 3 PM