Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2004 FBO #0837
SOLICITATION NOTICE

D -- PENLINK SOFTWARE

Notice Date
3/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
Reference-Number-TECHOPSREQ1
 
Response Due
3/15/2004
 
Archive Date
3/30/2004
 
Point of Contact
Shelby Buford, Jr., Contracting Officer, Phone 2023533772, Fax 2026162414,
 
E-Mail Address
shelby.buford@dhs.gov
 
Description
The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Technical Operations (TechOps) plans to award a commercial item acquisition contract for PenLink Version 8 software enterprise license and support services for the period of one year plus four-twelve month option periods. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. This document incorporates provisions and clauses, which are in effect through Federal Acquisition Circular (FAC) 2001-19 dated January 7, 2004. DHS, ICE, TechOps has a sole-source requirement, utilizing FAR Subpart 13.5, with PenLink, LTD, 5936 VanDervoot Drive, Lincoln, NE 68516 for PenLink Version 8 software enterprise licenses and support. The software is a Telecommunications Analysis Software (TCAS) package, which interfaces with ICE’s Telecommunications Linking System (TLS), which is a law enforcement database. The software allows for user’s to easily import telephone transactional and subscriber data from a variety of sources including, but not limited to telephone services providers, Dialed Number Records (DNR), PEN registers, Trap & Trace, J-STD message strings from CALEA compliant intercepts, and telephone data from delimited or columnar text data file formats. The software gives the user the capability to manually enter and modify telephone transactional and subscriber data. The software has analytical tools, standardized and user customizable reports, charts and graphs for the analysis of transactional and subscriber data. The analytical tools include, but are not limited to, link analysis, common call and frequency reports and calls/subscriber database listing reports. The software has the capability to save, print and export the reports, charts and graphs for use in other applications. The software is capable of being customized to interface for importing and exporting records from/to a standardized data file format compatible with TLS. The interface includes a Data Quality Filter (DQF) to identify and allow users to modify records not meeting TLS standards. The software is compatible with Microsoft Windows NT, 2000, and XP operating systems on a stand-alone computer or networked workstation. Networked versions are compatible with Novell version 3 or later. The software shall be delivered to Woodbridge, VA. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (OCT 2003), and the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2003), applies to this acquisition. Offerors shall submit a fully executed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items (JUN 2003) with their offer. The clause at FAR 52.212-5, Contract Terms and Conditions Require to Implement Statutes or Executive Orders--Commercial Items (OCT 2003), applies to this acquisition as well as the following clauses cited therein: 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (AUG 2000) (42 U.S.C. 6962(c)(3)(A)(ii)); 52.225-13, Restrictions on Certain Foreign Purchases (OCT 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). Electronic and Information Technology Accessibility Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by P.L. 105-220 under Title IV (Rehabilitation Act Amendments of 1998) and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR part 1194) require that all EIT acquired must ensure that: 1. Federal employees with disabilities have access to use of information and data this is comparable to the access and use by Federal employees who are not individuals with disabilities and 2. Members of the public with disabilities seeking information or services from an agency have access to and use of information and data that is comparable to the access to and use of information and data by members of the public who are not individuals with disabilities. This requirement includes the development, procurement, maintenance, and/or use of EIT products/services; therefore, any proposal submitted in response to this solicitation must demonstrate compliance with the established EIT Accessibility Standards. Further information about Section 508 is available via the Internet http://www.section508.gov. Due date for receipt of quotations shall be on or before Monday, March 15, 2004, 5:00 P.M. Eastern Standard Time. Quotations can be sent via email to shelby.buford@dhs.gov or faxed to the attention of Shelby Buford, Jr. at 202 616-2414.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/INS/COW/Reference-Number-TECHOPSREQ1/listing.html)
 
Place of Performance
Address: Woodbridge, VA
Zip Code: 22192
 
Record
SN00542207-F 20040312/040310233409 (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.