Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2004 FBO #0830
SOLICITATION NOTICE

C -- Development and Engineering Services

Notice Date
3/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ123724
 
Response Due
3/19/2004
 
Archive Date
4/3/2004
 
Point of Contact
Edith Young, Contracting Officer, Phone 703-339-2744, Fax 703-339-2750,
 
E-Mail Address
eyoungfbi@aol.com
 
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. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business-Small Purchase Set-Aside. This solicitation will be distributed solely through the General Services Administration's Federal Business Opportunities web site http:// fedbizopps.gov/. This site provides downloading instructions. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. All questions in reference to this requirement shall be submitted via fax within five business days after this posting, all response will be posted on this site. The North American Industry Classification System (NAICS) is 541330 and the Business Size is 4.0 . This will be a Firm Fixed price One Time Buy for the acquisition of the following engineering type services. This is a Request for Quotes--RFQ #123724. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-20. This shall be a Firm Fixed-Price contract for the acquisition of the following service that shall not exceed one (1) calendar year. At a minimum the contractor shall be able to provide the following engineering service in the area of Speaker Recognition and Voice Identification. As part of the service required the contractor shall be highly technical in the area of digital signal processing as applied to automatic speaker recognition system development. Possess knowledge and evaluate (written in C,C++,Matlab, and other program languages) algorithms used in speaker recognition and speech processing software. Shall provide technical and professional quality documentation. Shall develop software as required to integrate newly developed modules into the existing FBI software packages; shall test and evaluate newly acquired hardware and software; shall coordinate, design, and implement a secure network that shall be utilized to exchange data between the FBI and other government agencies; shall provide technical assistance in establishing and maintaining the secure network with other government agencies on an as needed basis;shall provide technical assistance on audio signal processing and analysis on an as needed basis; shall posses security clearances at the Top Secret Level. Vendors shall be required to submit additional forms if required to the FBI prior to award. Awarded vendor shall be required to sign a non-disclosure agreement form. Materials provided or produced by either the customer or the contractor are the property of the customer and shall not be disseminated without prior written authorization. All GFE shall be maintained at the same classification level that would be required had the work been performed within the FBI's facility. The vendor shall be required to submit both technical and cost proposal. The evaluation of quotes and the determination as to equality of the service shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available, the vendor must furnish as part of their quote, all descriptive material necessary for the purchasing activity to determine whether the contractor understands this requirement. Deliverables shall be FOB Federal Bureau of Investigation Engineering Research Facility, Building 27958A Quantico, VA 22135. Status reports shall be submitted once monthly. All quotes shall be mailed to the address listed in the announcement no later that 1:00 pm EST, March 19, 2004 and clearly marked with the RFQ # 123724. No hand carried quotes will be accepted. Faxed quotes will be accepted and are encouraged at 703-339-2750. The point of contact for information is Edith Young, Contract Specialist, at the address and phone number listed above. All potential bidders are hereby notified due to security requirements, Federal Express, DHL, UPS, deliveries for the FBI Headquarters facility are now received at an off-site location, therefore the normal response time of 10 days has been extended. The FBI has allowed additional days from the release of the fedbizopps synopsis/solicitation for receipt of quotes. Vendors are hereby notified that if your proposal is not received by the date/time stated above, and at the specified location in this announcement, your quote will be considered late. The following clauses and provisions are incorporated by reference and apply to this acquisition. Full text clauses and provisions can be obtained at the following website http://www.acqnet.gov. FAR provision 52.212-1 Instruction to Offerors-Commercial Items (JAN 2004); FAR clause 52.212-4 Contract Terms and Conditions -Commercial Items (OCT 2003). FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2004). The following FAR clauses apply to this requirement and are hereby incorporated by reference: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government ALT 1 (Oct 1995); FAR 52.204-7 Central Contractor Registration (OCT 2003); FAR 52.219.1 Small Business Program Representations (Apr 2002); FAR 52.219-8 Utilization of Small Business Concerns (Oct 2000); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); FAR 52.222-36 Affirmative Acton for Workers with Disabilities (Jun 1998) FAR 52.225-3 Buy American Act- Free Trade Agreements Israeli Trade Act- (JAN 2004); FAR 52-232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). Each offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certification Commercial Items (JAN 2004). FAR 52.212.2 Evaluation of Commercial Items( Jan 1999) are tailored to read as follows: The following factors shall be used to evaluate offers: Technical (technical design, capability of the service offered to meet the governments need) Past Performance and Price. Past Performance shall consist of : quality of service; customer satisfaction; and adherence to schedules . To verify these past performance requirement each contractor shall provide at a minimum of three (3) names and telephone number of customer that have acquired the same or similar products or services with in the last three (3) years for past performance evaluation. Technical and Past Performance , when combined, are significantly more important than price. The following Justice Acquisition Regulation (JAR) clauses are applicable to this acquisition and can be obtained in full text at: http://www.usdoj.gov/jmd/pe/jarinet.htm: JAR clause 2852.201-80 Contracting Officers Technical Representative (COTR)(Jan 1985) Shall be supplied upon award; and JAR 2852-233-70 Protest Filed Directly with the Department of Justice (Jan 1998). All responsible offeror may submit a quotation which, if timely received shall be considered by the agency. The Government will award to the offeror whose offer is most advantageous to the Government based on evaluation factors as previously stated. Offerors are to submit provision 52.212-3 Offeror Representations and Certification-Commercial Items (JAN 2004) with their proposal. Offers are due by 03/19/04 at 1:00 pm EST to the address identified above. Proposals shall be submitted on the SF 1449 with one fax copy and one original via US mail. Hand deliveries are not accepted at any FBI locations. This information should be relayed to courier services. Please submit any questions via fax within 5 days of this notice to my attention. It is the responsibility of the offeror to ensure that their proposal is received at or prior to the noted date/time in this announcement. Award will be made within two weeks after closing.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/FBI/PPMS1/RFQ123724/listing.html)
 
Place of Performance
Address: Quantico,VA
Zip Code: 22135
Country: usa
 
Record
SN00535869-F 20040305/040303230405 (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.