Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2002 FBO #0377
MODIFICATION

B -- SURVEY SOLUTIONS HOSTING SERVICE

Notice Date
12/12/2002
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, Administration Building Room 212A, Cape May, NJ, 08204-5092
 
ZIP Code
08204-5092
 
Solicitation Number
DTCG42-03-Q-QNT903
 
Response Due
12/27/2002
 
Archive Date
1/11/2003
 
Point of Contact
Edward Lerma, Contracting Officer, Phone (609)898-6310, Fax (609)898-6811,
 
E-Mail Address
elerma@tracencapemay.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 request for quotation number is DTCG42-03-Q-QNT903. This procurement is 100% set-aside for small business concerns. Standard Industrial Classification (SIC) code is 511210 and size standard is $21.0 million. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10. The Coast Guard intends to procure Survey Hosting Services with secured storage capabilities. For detailed information, refer to statement of work posted with this synopsis. Period of performance shall be 12 months after notice of award. 1)HOSTING SERVICE 12 Months Monthly Price: $___________ (price shall include all requirements listed in the statement of work) TOTAL AGGREGATE AMOUNT: $___________ The award will be a firm, fixed-price contract/purchase order and will be awarded utilizing Simplified Acquisition Procedures. The following FAR Clauses/Provisions apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items(incorporating the following FAR clauses by reference: 52.222-3 Convict Labor, 52.233-3, Protest after Award, 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.225-1, Buy American Act-Supplies, 52.225-13, Restriction on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Full text of FAR clauses and provisions can be accessed electronically at the following address: www.arnet.gov Offerors responding to this announcement must include a completed copy of provision 52.212-1, Instructions to Offerors-Commercial Items and must also include a completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. The offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number), and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required timeframe will be provided any changes/amendments and considered for future discussions and/or award. Award will be made to the low responsive, responsible offeror based on the Total Aggregate Amount. All responsible sources may submit an offer which will be considered by the agency. All written proposals along with the above required completed clauses/provisions must be submitted and received at this office on or before December 27, 2002 at 2:00 PM eastern time. Send all written proposals to the following address: Contracting Officer, U.S. Coast Guard Training Center, Administration Bldg Room 212A, Cape May, NJ 08204-5095, Attn: Edward Lerma. Please direct all technical questions regarding this procurement to TRACEN?s Performance Technology Branch, Lieutenant Eric King at (609) 898-6377 or EKing@tracencapemay.uscg.mil This is NOT a sealed bid advertisement, and proposals will NOT be publicly opened. STATEMENT OF WORK: Survey Design * Word processor interface for questionnaire design. Import questionnaires from MS Word. * Auto Design Wizards and question library for easier survey creation. * Single choice, multiple choice, repeated scale, text entry, numeric entry, essay, allocation, and rank order questions. Questions are displayed with radio buttons, dropdown boxes, list boxes, check boxes, or text boxes. * Validation for required answers, minimum or maximum number of items selected, length of text, numeric only responses, range of value, total of allocation question to a specified amount and email address. * Multiple page surveys, branching and skip patterns, random choice lists, question rotations, and piping. * Surveys must be hosted on another server with secure storage capabilities. Survey Distribution * Surveys will be distributed via the Web and E-mail. Response Collection * Up-to-the-second results on the Web to an SQL database. * Results must be able to be moved to an MS Access database format on local workstation. * In ASCII tab separated value file on server. * Supports all major SQL database environments; specifically Access and Oracle. Analysis, Presentations, and Reporting * 2-way cross-tabulations, real-time reporting, multiple levels of filters and grouping. Users must be able to produce custom tables and charts in real time and download results to local workstation for additional analysis with additional tools. * Complete report writing, presentation development and data analysis must support the package. Banner reports and summary statistics: means, standard deviations, counts, sum, min, max, percent of row, percent of column, and percent of grand. Export to statistical packages for in-depth statistical analysis. * Chart types, including: pie, bar, column, and line. With 3-D options and rotations. Misc. * Technical support. * A web administrator to administer surveys. * Viewer licenses. Dates Required * 12 consecutive months after notice of award.
 
Place of Performance
Address: USCG TRAINING CENTER, 1 MUNRO AVE, CAPE MAY, NJ
Zip Code: 08204
 
Record
SN00222239-W 20021214/021212213523 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.