GEO Studio License Software
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Sep 07, 2022 11:46 am CDT
- Original Date Offers Due: Sep 13, 2022 03:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 28, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7A20 - IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- Place of Performance: Kansas City , MO 64133USA
Description
This is a combined synopsis/solicitation for commercial item with commercial services prepared in accordance with (IAW) the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 12FPC222Q0035 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2022-07, effective August 10, 2022. The associated NAICS Code is 511210 and the Small Business Size Standard is $41.5M.
The U.S. Department of Agriculture (USDA), Farm Production and Conservation (FPAC) Business Center, Natural Resources Conservation Service (NRCS) has a need for access to GEO Studio license software. The NRCS engineers will use this software on complex engineering projects so the majority of use will be by engineers in NRCS state offices and national centers. These applications which include Slope/W, Seep/W, Sigma/W, and Quake/W are used by engineers to complete geotechnical analysis on complex earthen structures designs. They are used to complete analysis such as slope stability, seepage, settlement, seismic, etc. for the design of structures such as earth embankments, embankment slopes, structure foundations, etc. This software is very necessary for design of complex NRCS conservation engineering projects.
The Government intends to award a firm fixed price purchase order.
The Delivery Address is: IT Operations and Management Section Beacon Facility 6501 Beacon Drive Kansas City, MO. 64133 • Electronic Delivery of Licenses: SM.FPAC.BC.SDT.LICENSEMANAGEMENT@USDA.GOV.
DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award vendors shall respond by 1) Providing a quote on company letterhead addressing all of the requirements of the RFQ, clearly note pricing of the upgrade, the option, any shipping/handling/delivery costs and be valid for at least 30 days after receipt of quote. 2) Providing examples of previous experience providing this tool and 3) Have an Active SAM.gov registration and complete the Representations in FAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services. The Representation and Certification section should also be completed electronically in the System for Award Management (SAM) at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (beta.sam.gov). The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2. Quotes will be evaluated on the basis of lowest price technically acceptable in accordance with FAR 13.106-2(b)(3) to determine which quote represents the best value as a whole.
All sources wishing to quote shall furnish a quotation by 3:00 p.m. Central Standard Time (CST), on or before Tuesday, September 13, 2022. Quotations are to be sent via email to Sherita Glanton, at Sherita.Glanton@usda.gov and Nancy Harris at Nancy.Harris@usda.gov .All questions shall be sent via email to Sherita.Glanton@usda.gov and Nancy.Harris@usda.gov by 3:00 CST, on or before Friday September 9, 2022. Failure to provide the required information in the requested format may result in quotes not being considered for award.
Attached Provisions/Clauses apply to this RFQ and any subsequent award.
Attachments/Links
Contact Information
Contracting Office Address
- FPAC BUS CNTR-ACQ DIV 1400 INDEPENDENCE AVE SW
- WASHINGTON , DC 20250
- USA
Primary Point of Contact
- Sherita Glanton
- sherita.glanton@usda.gov
- Phone Number 8175093293
Secondary Point of Contact
- Nancy W. Harris
- nancy.harris@usda.gov
- Phone Number (615) 277-2543
History
- Sep 28, 2022 10:56 pm CDTCombined Synopsis/Solicitation (Updated)
- Sep 07, 2022 11:46 am CDTCombined Synopsis/Solicitation (Original)