Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2005 FBO #1332
SOLICITATION NOTICE

D -- Consulting, Engineering Services for Microsoft Products

Notice Date
7/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, National Acquisition Center, Intech Two, Suite 100 6650 Telecom Drive, Indianapolis, IN, 46278
 
ZIP Code
46278
 
Solicitation Number
HSBP1105Q011774
 
Response Due
7/29/2005
 
Archive Date
8/13/2005
 
Description
The Department of Homeland Security (DHS) Border and Transportation Security, Customs and Border Protection has a need to award a firm fixed price hourly labor rate IDIQ contract with a base year and 1 option year for the following: Consulting services for existing Microsoft product lines to assist in the evaluating, configuring and engineering solutions. This is a combined synopsis/solicitation for the above 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is RFQHSBP1105Q011774 and this solicitation is issued as a request for proposal. The NAICS Code is 511210 with a size standard of $21 million. The closing date and time for this solicitation is July 29, 2005 at 4:00 PM EST Time. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04 ? (June 8, 2005). It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Contractors are required to identify their company?s business size even though unrestricted via their representations and certifications. The description of the requirement is located in the Statement of Work (SOW). Services performed are for: Customs and Border Protection, Springfield, VA. This combined synopsis/solicitation notice for consulting services is for approximately 692 hours for the base year. See Sow for details. Prospective offerors may request the SOW via facsimile (#317-298-1344) This contract will result in a firm fixed price hourly rate contract, to include CLIN 0010 for the base year from date of award to Not To Exceed (NTE) 12 months and CLIN 0020 for Option Year 1 from date of award to NTE 12 months after the total base year. The anticipated contract will be for a base period from the date of award not to exceed (NTE) 12 months, plus one option year, NTE 12 months. Evaluation of Options 52.217-5 and 52.217-9 Option to Extend the Term of the Contract applies. All quotes for this solicitation must quote a price for the base period and the option year that may be executed, subject to FAR 52.232-19 Availability of Funds for the next fiscal year. The Government?s obligation for performance under this contract beyond that date is contingent upon the need and the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the base year until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability of funds, to be confirmed in writing by the Contracting Officer. The contract awardee will perform Microsoft Engineering Consulting Services. The consultant shall have the required knowledge to propose various state of the art solutions to upgrade Microsoft software, specifically the MS-Exchange 2003 and Active Directory. In addition, the contract awardee shall own the source code for all Microsoft software product lines manufactured by Microsoft. This contract is not for software development. The contract awardee shall ensure that all personnel employed by the contractor for the performance of the work under this contract shall either currently possess or be able to favorably pass a full field five year employment background investigation Provisions at 52.212- Instructions to Offerors-Commercial and 52.212-2 Evaluation-Commercial Items 9 Jan1999) as amended. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Clause 52.212-4 Contract Terms and Conditions ? Commercial Items and Clause 52-212-5 ? Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this solicitation. These provisions and clauses are incorporated by reference. Complete offers will be accepted via facsimile. Technical information regarding this solicitation shall be directed to the Contracting Officer?s Technical Representative (COTR). The designated COTR is Christopher Wurst, email address: Christopher.Wurst@dhs.gov. Phone 703-921-6066 at Springfield, VA. Place of Performance: Springfield, VA. Non technical information regarding this combined synopsis/solicitation shall be directed to, Sonja.Robinson@dhs.gov. Phone 317-614-4581. Outstanding Proposals are due by 4:00 PM Eastern Standard Time on July 29, 2005. Facsimile Proposals 52.215.5 are acceptable, fax 317-298-1344. Attn: Sonja Robinson. All submitted proposals shall be by facsimile. Proposals received thru email will not be considered for evaluation.
 
Place of Performance
Address: Springfield, VA
Zip Code: 22153
Country: US
 
Record
SN00849002-W 20050720/050718211520 (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.