Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOLICITATION NOTICE

D -- INTERNET MONITORING SERVICE

Notice Date
8/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M67854-04-R-3101
 
Response Due
8/30/2004
 
Archive Date
9/14/2004
 
Point of Contact
Lynn Frazier, Contracting Officer, Phone (703) 432-3359, Fax (703) 432-3262,
 
E-Mail Address
frazierly@mcsc.usmc.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Marine Corps Systems Command (MCSC) has a requirement for Internet Monitoring Services. The effort is being procured utilizing 100% small business set-aside, best value competition. Solicitation M67854-04-R-3101 is a Request for Proposal (RFP) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and DCN 20040625. The NAICS is 541618; the size standard is $6M. The Government anticipates issuing a Firm Fixed Price (FFP) commercial contract for one year with two, one-year options. Submit questions via email not later than close of business 20 August 2004 to frazierly@mcsc.usmc.mil. Sealed offers for the items to be provided shall be hand-carried or mailed to the following location by 1400 (2:00 PM EST) on the due date reflected within this notice; Commanding General, Marine Corps Systems Command, A/C-Contracts - Lynn Y. Frazier, 2200 Lester Street, Quantico, VA 22134-6050. NOTE: Offerors are advised that proposals sent by conventional US Mail Service are not routed to the above address. Proposals are requested for the following: CLIN 0001 Internet Monitoring Service, 12 EA (12 months); Option CLIN 0002, Internet Monitoring Service, 12 EA (12 months); and Option CLIN 0003 Internet Monitoring Service, 12 EA (12 months). All CLINs shall be in accordance with the following Statement of Work: 1. Background. The Marine Corps recently concluded a case whereby Marines and ?black market? dealers conspired to sell small arms protective inserts (SAPIs) via the internet. Evidence now exists after a recent internet monitoring pilot project that Marines and black market dealers are selling Marine Corps organizational clothing and equipment through unauthorized internet sources and profiting by it. Some of these items have been stolen from shipments that arrived at various Marine Corps bases and are in critically short supply for Marines in Iraq and Afghanistan. Further, sensitive state-of-the-art technologies may find their way to high paying buyers who may then deal these items to US adversaries. 2. The USMC wants to explore the use of monitoring/analyzing ebay buying and selling of such items as summarized below. Service shall be available seven days a week, 24 hours a day and the data will be refreshed (updated) twice a day. a. Ability to identify unauthorized selling of the following items: Outer tactical vest, Small Arms Protective Insert (SAPI), Light Weight Helmet, Multi-purpose bayonet, All Purpose Environmental Clothing System (APECS), Marine Corps Combat Utility Uniform, Improved Load Bearing Equipment (ILBE), and Improved First Aid Kit (IFAK). b. Analysis of the information related to the unauthorized buying and selling of these items: Product pricing and distribution channels, USMC Intellectual Property and Domains, Quantities involved, Selling/buying histories, Tradeboard analysis, and Ebay monitoring. c. The successful offeror will assign a dedicated Marine Corps Account Manager who will consult with the Program Manager Infantry Combat Equipment (PM-ICE), MCSC to establish the following: Administrative roles and relationships with PM-ICE, Understand the USMC supply chain flow; Administer actions with PM-ICE in coordination with law enforcement agencies and other relevant agencies to take down unauthorized trading sites, USMC will provide SIC codes, CAGE codes, MFG part numbers and NSN?s where applicable, and Information relevant to this SOW will provided through the offeror?s web portal via a secure account. Inspection/Acceptance shall be at destination. FAR 52.212-2, Evaluation-Commercial Items: The following evaluation factors apply: (a)(i) Technical, (ii) Past Performance, and (iii) Price. Proposals should include information on the following: a. Exclusive Application Programming Interface agreement with eBay? to search and extract from their database. Provide certificate of compliance, b. USMC unique storage cache of 1 Terabyte on a Redundant Array of Independent Drives (RAID), c. Data backup must be performed at least twice a day, d. Search a minimum of 250 search engines, e. Ability to cache and store product images, f. Ability to provide data downloads to Microsoft? Excel for internal reporting and data sharing, g. Password protected Web-based portal that displays USMC data and performs ad-hoc queries of the data and Application Service Provider database available 24X7X365, h. Automated downloads twice-a-day from all wholly owned eBay? sites, i. Provide email alerts to customer based on customer defined search parameters for potentially infringing listing of sellers, j. Automatic batch shutdown notification to eBay? VeRO program, k. On demand history of customer activity log, l. Automatic batch warning letters to unauthorized sellers, m. Provide 24X7X365 customer service support and initial web portal training for up to 20 individuals, and n. Execute subscription within 45 days after award to include initial web portal training of up to 20 individuals. Proposals may in include product literature, shall be no more than 13 pages in length (excluding product literature) and be in Microsoft Word format. Award shall be made to the offeror whose proposal presents the best value to the Government. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (part of an offer), whether or not there are negotiations. The following clauses apply: FAR Clauses: 52.202-1 Definitions, 52.203-5 Covenant Against Contingent Fees, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.203-7 Anti-Kickback Procedures, 52.211-8 Time of Delivery, 52.212-1 Instructions to Offerors?Commercial Items, 52.212-2 Evaluation?Commercial Items, 52.212-3 Offeror Representations and Certifications?Commercial Items (offerors shall submit completed Reps/Certs with its offer), 52.212-4 Contract Terms and Conditions?Commercial items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders within this clause, 52.215-1?Instructions to Offerors?Competitive Acquisition, 52.217-8 ? Option to Extend Services, 52.219-6 ? Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.244-6?Subcontracts for Commercial Items, 52.222-21, prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veteran and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and 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, 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration, 52.232-18 Availability of Funds, 52-247-34 FOB Destination. DFARS Clauses: 252.204-7004 Required Central Contractor Registration, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Point of Contact: Lynn Y. Frazier, Contracting Officer, Phone 703-432-3359, Fax 703-432-3262, Email: frazierly@mcsc.usmc.mil.
 
Record
SN00642880-W 20040814/040812213015 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.