Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

74 -- Procurement and Implementation of Automated Records & Information Management Solution

Notice Date
6/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-03-Q-0604
 
Response Due
7/1/2003
 
Archive Date
7/16/2003
 
Point of Contact
Joseph Widdup, Contract Specialist, Phone (301) 975-6324, Fax (301) 975-8884,
 
E-Mail Address
joseph.widdup@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is SB1341-03-Q-0604; the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2001-14. This solicitation is set aside for small businesses only. The North American Industrial Classification System (NAICS) code (see http://www.census.gov/epcd/www/naics.html) for this solicitation is 423490, and the size standard is 100 employees. This solicitation is for the procurement of the following commercial products and related services that are required to convert the NIST Acquisition and Logistics Division’s current (manual) system of managing its hard copy procurement files into a more automated, user-friendly fashion of managing those files via currently available commercial software and bar-code technology. Products and services to be procured include: ITEM 0001: Thoroughbred Technologies, Inc. OPUS 32 Record Management Software (concurrent user license--Oracle Package); Quantity: 4; Unit of Measure: Each. ITEM 0002: Concurrent User Maintenance for One Year, Starting on Date of Government Acceptance, for All Quantities of Item No. 0001; Quantity: 4; Unit of Measure: Each. ITEM 0003: End User Training for Use of Item No. 0001 for Up to 7 people, to include, at a minimum, the following topics: user defaults and setup; changing databases; entering new items (both parent and child); printing labels; searching; defining & launching electronic items; requesting items; fulfilling items; bar-code scanning operations; and how to run reports using the software); Quantity: 3; Unit of Measure: Day. ITEM 0004: Travel Costs for Item Number 0003, which would be reimbursed in accordance with FAR 31.205-46, Travel Costs (specifically, travel costs would be reimbursed in accordance with Chapter 301 of the Federal Travel Regulation, which is accessible on the Internet at http://www.gsa.gov/cm_attachments/GSA_PUBLICATIONS/301_R2C-dB-m_0Z5RDZ-i34K-pR.htm, plus General and Administrative burden (if applicable)); Quantity: 1; Unit of Measure: Lot (all offerors shall price this at $2,000 (not to exceed). ITEM 0005: OPUS 32 Data Conversion Services (not to exceed estimated time to complete: 4 hours); Quantity: 1: Unit of Measure: Job. ITEM 0006: Portable PDL Reader (Bar-Code Reader) with Cradle; Quantity: 3; Unit of Measure: Each. ITEM 0007: GBS Filing Solutions Corp.’s NetLabel, Internet Version (Includes: one custom label design, unlimited users, password protection, and compatibility with all commercially available color printers); Quantity: 1; Unit of Issue: Each. ITEM 0008: Blank 8” Wraparound Color-Coded Strip Label (Stock); Quantity: 3,000; Unit of Measure: Each. ITEM 0009: Conversion Services to Completely Convert Existing Files; Quantity: 17,100 (not to exceed); Unit of Measure: Each. ITEM 0010: Conversion Supplies (17,100 15pt letter size reinforced end tabs w/conversion labels factory applied from customer's clean data); Quantity: 1; Unit of Measure: Lot. TO OBTAIN A MORE COMPREHENSIVE DESCRIPTION OF REQUIRED SERVICES AND GOVERNMENT-FURNISHED PROPERTY AND SERVICES, PLEASE REQUEST A MICROSOFT WORD COPY OF THE STATEMENT OF WORK (SOW) BY SENDING AN EMAIL TO Joseph.Widdup@nist.gov WITHIN 3 DAYS AFTER THIS NOTICE IS PUBLISHED. Offerors may modify the aforementioned item quantities, if necessary, in order to more clearly represent their offering if it differs in how it is “packaged” from how requirements are represented in this RFQ. Delivery of all products must be made on an FOB destination basis to: U. S. Department of Commerce, National Institute of Standards and Technology, 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD 20899-0001. ALL SERVICES MUST BE COMPLETED NO LATER THAN SEPTEMBER 30, 2003. The provision at FAR 52.212-1, Instructions to Offerors--Commercial items, applies to this solicitation. Each Offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial items, applies to this acquisition. The aforementioned FAR provisions cited in FAR 52.212-5 apply to this solicitation: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 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 Records on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration. Offers must be submitted in .rtf, .txt, .doc, .xls and/or .pdf format by email to Joseph.Widdup@nist.gov or by Fax to (301) 975-8884. Offers must be RECEIVED by Joseph Widdup no later than Tuesday, July 1, 2003 at 2:00pm Eastern Time. THE QUOTATION MUST INCLUDE ALL OF THE FOLLOWING 8 ITEMS: (1) A COPY OF THE PROVISION AT FAR 52.212-3, WITH ALL APPLICABLE BLANKS AND BLOCKS (INCLUDING ALL INFORMATION IN PARAGRAPH (B) TAXPAYER IDENTIFICATION NUMBER (TIN), PARAGRAPH (C) SMALL BUSINESS CONCERN, PARAGRAPH (D) REPRESENTATIONS REQUIRED TO IMPLEMENT PROVISIONS OF EXECUTIVE ORDER 11246, AND PARAGRAPH (I)(2) CERTIFICATION COMPLETED BY THE OFFEROR; (2) A COPY OF COMMERCIAL LITERATURE THAT DESCRIBES, IN DETAIL, WHAT IS BEING OFFERED FOR EACH OF THE PRODUCT ITEMS REQUIRED BY THIS RFQ; (3) DETAILED TECHNICAL APPROACH FOR HOW THE OFFEROR WOULD SATISFY THE REQUIREMENTS OF THIS RFQ, INCLUDING WHAT APPROACH THE OFFEROR WOULD UTILIZE TO SATISFY THE REQUIREMENTS AND A BROKEN DOWN SCHEDULE THAT DEPICTS HOW THE OFFEROR WOULD COMPLETE ALL REQUIRED SERVICES BY SEPTEMBER 30, 2003; (4) FIRM-FIXED-PRICE FOR EACH OF THE 10 ITEM NUMBERS REQUIRED BY THIS RFQ (EXCEPT FOR TRAVEL COSTS, WHICH SHALL BE SPECIFIED AS $2,000 (NOT TO EXCEED)); (5) DETAILED DESCRIPTION OF BOTH DURATION OF WARRANTY AND NATURE OF WARRANTY OFFERED FOR EACH PRODUCT ITEM OFFERED; (6) THE OFFEROR’S DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (IF THE OFFEROR DOES NOT HAVE A DUNS NUMBER, THEN THE OFFEROR MUST EITHER (A) OBTAIN A DUNS NUMBER FROM D&B, INC. (SEE HTTP://WWW.DNB.COM/US/DUNS_UPDATE/INDEX.HTML) OR (B) AUTHORIZE NIST TO OBTAIN A DUNS NUMBER FROM D&B, INC. FOR THE OFFEROR BEFORE AWARD MAY BE MADE TO THAT OFFEROR); (7) A COPY OF THE SOFTWARE LICENSE AGREEMENTS FOR OPUS 32 SOFTWARE AND FOR NETLABEL SOFTWARE BEING OFFERED; AND (8) PAST PERFORMANCE REFERENCES FOR CONTRACTS/ORDERS RECEIVED FROM OTHER CUSTOMERS FOR SIMILAR FILE CONVERSION REQUIREMENTS, TO INCLUDE THE PERSON’S NAME, THEIR ORGANIZATION, THEIR ORGANIZATION’S ADDRESS, THEIR PHONE NUMBER, THEIR FAX NUMBER, THEIR EMAIL ADDRESS, THE TOTAL DOLLAR AMOUNT OF THE AWARD AND THE CONTRACT/ORDER NUMBER (IF APPLICABLE). The Offeror is advised that the following Software License Addendum will be included in the resultant purchase order award document: “This Addendum incorporates certain terms and conditions relating to federal procurement actions. The terms and conditions of this Addendum take precedence over the terms and conditions contained in any license agreement or other contract documents entered into between the parties. Governing Law: Federal procurement law and regulations, including the Contract Disputes Act, 41 U.S.C. Section 601 et seq., and the Federal Acquisition Regulation (FAR), govern the agreement between the parties. Litigation arising out of this contract may be filed only in those fora having jurisdiction over federal procurement matters. Attorney’s Fees: Attorney’s fees are payable by the federal government in any action arising under this contract only pursuant to the Equal Access in Justice Act, 5 U.S.C. Section 504. No Indemnification: The federal government will not be liable for any claim for indemnification; such payments may violate the Anti-Deficiency Act, 31 U. S. C. Section 1341(a). Assignment: Payments may only be assigned in accord with the Assignment of Claims Act, 31 U.S.C. Section 3727, and FAR Subpart 32.8, “Assignment of Claims.” Invoices: Invoices will be handled in accordance with the Prompt Payment Act, 31 USC Section 3903, and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Payment: The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. Section 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Patent and Copyright Infringement: Patent or copyright infringement suits brought against the United States as a party may only be defended by the U.S. Department of Justice (28 U.S.C. Section 516). Renewal of Support after Expiration of this Award: Service will not automatically renew after expiration of the initial term of this agreement. Renewal may only occur in accord with (1) the mutual agreement of the parties; or (2) an option renewal clause allowing the government to unilaterally exercise one or more options to extend the term of the agreement.” The Government plans to award a purchase order to the responsible Offeror whose technically acceptable quote represents the best value to the Government, price and other factors considered. The following factors will be used to evaluate offers: the extent to which the offered product items meet the technical specifications set forth in this RFQ; quality of the Offeror’s proposed technical approach; past performance information; and price. FOR QUOTATION PREPARATION PURPOSES, THE OFFEROR SHALL ASSUME THAT AN AWARD WILL BE MADE NO LATER THAN FRIDAY, JULY 11, 2003, WITH THE PERIOD OF PERFORMANCE FOR THE PURCHASE ORDER BEING MONDAY, JULY 14, 2003 THROUGH TUESDAY, SEPTEMBER 30, 2003. All of the aforementioned FAR provisions and clauses are accessible on the Internet at http://www.arnet.gov/far under Part 52. Only offers from responsible small businesses under NAICS code 423490 (100 employees or fewer) will be considered.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/SB1341-03-Q-0604/listing.html)
 
Place of Performance
Address: NIST 100 BUREAU DR STOP 3571 BLDG 301 RM B134 GAITHERSBURG MD
Zip Code: 20899-3571
Country: USA
 
Record
SN00355383-F 20030625/030623222052 (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.