Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

R -- Operations Management Roundtable and Information Risk Executive Council and Related Services

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
DHS - Direct Reports, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528
 
ZIP Code
20528
 
Solicitation Number
HSHQDA-05-Q-0025
 
Response Due
3/25/2005
 
Archive Date
4/9/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), 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. Solicitation Number HSHQDA-05-Q-0025 is issued as a Request for Quotation (RFQ). This action is being pursued as a full and open competition. It is not a small business set-aside. The associated North American Industry Classification Systems (NAICS) code for this requirement is 541611 with a size standard of $6M. The DHS anticipates negotiating a one (1) year contract. The contract type will be a commercial Simplified Acquisition Procedures (SAP) purchase order with firm-fixed price Contract Line Items (CLINS). The tasking includes the following: Statement of Work Background The Private Sector Office (PSO) is charged with advising the Secretary on the impact of the Department?s policies, regulations, processes, and actions on the Private Sector. We are also charged with creating and fostering strategic communications with the private sector in order to enhance the primary mission of the department to protect the American homeland. Purpose The Private Sector Office (PSO) is charged with advising the Secretary on the impact of the Department?s policies, regulations, processes, and actions on the Private Sector. We are also charged with creating and fostering strategic communications with the private sector in order to enhance the primary mission of the department to protect the American homeland. Scope The Private Sector Office is seeking research in the following areas: Unlimited access to certain proprietary strategic research; An Annual Executive Retreat offering a unique opportunity to interact with the Council principals and for the Council to disseminate key insights from its proprietary strategy research; A series of regionally-based Staff Briefings presenting results of proprietary strategy research; On-site presentations of research of the most progressive information technology departments, customized to the Council member?s organizational requirements; Assignment of short-answer custom research projects to Council staff without additional fees; Access to custom project library of proprietary research pieces completed for other members; and, Unlimited, unrestricted access to a password-protected web site, which contains archived research, online networking tools and decision-support tools. The contractor will conduct specific analysis and/or technical assistance for the PSO to meet the ongoing needs of the PSO?s programs Standards and Regulations DHS will retain all rights to the application and can freely distribute as desired. All electronic and information technology (EIT) procured through this Statement of Work and any resulting contract, task order, delivery order, or purchase order must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. The 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended. The contractor shall indicate for each line item of the schedule whether each produce or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. Further, the proposal must indicate where full details of compliance can be found (e.g., vendor?s website or other exact location). Inspection and Acceptance Final inspection and acceptance of all work performed, reports and other deliverables will be provided performed at the place of delivery. No deliverable is final until accepted and approved by the point of contact for this effort. The signature of that person or email from that person will indicate acceptance of the deliverable, denote acceptance and approval of each deliverable. All deliverables, including anything and everything developed while working under this task order, are the sole property of the United States Government. Award shall be made to the responsible Registrar who is determined to be the Best Value to meet the Governments needs. The following FAR clauses are incorporated by reference and apply to this acquisition: FAR 52.212-1 Instructions to Offerors- Commercial Items (JAN 2005); FAR 52.212-3 Offeror Representations and Certification Commercial Items (JAN 2005); FAR 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (JAN 2005); 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 Action for Workers with Disabilities (JUN 1998); FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003); FAR 52.227-1 Authorization and Consent (JUL 1995); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.242-13 Bankruptcy (JUL 1995); FAR 52.243-5 Changes and Changed Conditions (APR 1984); FAR 52.244-6 Subcontracts for Commercial Items (DEC 2004); FAR 52.246-1 Contractor Inspection Requirements (APR 1984); DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV 1995); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2004); DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (APR 2003); DFARS 252.225-7036 Buy American Act; 5252.201-9501 Designation of Contracting Officers Representative (COR) (OCT 1994); 5252.232-9521 Payment Inquiries (AUG 1998); 5252.211-9507 Proposals shall be submitted on 8 1/2 x 11-inch paper with printing on one side only. The proposal should be printed in type size no smaller than 12 point, no reduction permitted. Text should be single-spaced with margins at one inch (right, left, top, and bottom). One proposal and three copies shall be received at the below address by hardcopy or email no later than the closing date. FAR provision 52.212-3 and/or DFARS 252.225-7000 provision shall be submitted with Registrars proposal. Proposals are due by 2:00 PM EST, March 25, 2005 to Dept of Homeland Security, Office of Procurement Operations 1201 New York Avenue. Registrars must be registered in the Central Contractor Registration (CCR). Lack of registration in the CCR will make a Registrar ineligible for award. Information may be obtained by calling 888-227-2423 or via the Internet at www.ccr.gov
 
Place of Performance
Address: 245 Murray Drive, Washington D. C.
Zip Code: 20528
Country: USA
 
Record
SN00766598-W 20050313/050311211526 (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.