Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2006 FBO #1524
SOLICITATION NOTICE

D -- Issue Management Application

Notice Date
1/26/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
PO Box 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RQ52-06NA27082
 
Response Due
2/6/2006
 
Archive Date
8/6/2006
 
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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Responses shall reference "Request for Quote No. DE-RQ52-06NA27082.??? This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This acquisition is a Sole Item for Webcap 100% small business set-aside. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, veteran owned small business, service disabled veteran owned small business, 8(a) business, or HUBZone. The North American Industry Classification System (NAICS) Code is 541511 with a corresponding qualifying size standard of $23.0 million dollars (indicates maximum allowed for a concern, including its affiliates, to be considered small). The DOE/NNSA Acquisition Department intends to purchase an issues software application with a basic year period of performance three one-year options year. The total period of performance will be four years. Line Item 0001 ??? The contractor shall provide the WebCAP, an issues management software application to include WebCAP, Query Tool and Trending Manager modules for 200 users, Maintenance and Support, Installation and Training, and Travel Expenses. The basic period of performance will be February 1, 2006, through January 31, 2007. Line Item 0002 ??? The contractor shall provide annual maintenance and support for WebCAP management software application. The first-one year option will be February 1, 2007, through January 31, 2008. Line Item 0003 ??? The contractor shall provide annual maintenance and support for WebCAP management software application. The second-one year option will be February 1, 2008, through January 31, 2009. Line Item 0004 ??? The contractor shall provide annual maintenance and support for WebCAP management software application. The third-one year option will be February 1, 2009, through January 31, 2010. The provision at FAR 52.212-1, Instructions to Offerors ??? Commercial Items, applies to this acquisition. The clause at FAR 52.212-2, Evaluation???Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantage to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance. Technical capability and past performance are of relative importance when compared to price.As a separate part of the offeror???s response to this solicitation, all offerors shall submit three years of past performance information that demonstrates the offeror???s technical capability to meet the requirement as stated in this solicitation. As part of the past performance information, all offerors shall include a brief description of work performed, the company???s name, address, and name/telephone of the individual who is familiar with the offeror???s performance during the term of the contract(s). All sources provided by the offeror will be contacted to discuss the offeror???s technical capability and past performance. All Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with the offer. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: 52.219-6, Notice of Total Small Business Aside; 52.222-03, Convict Labor; 52.222-19, Child Labor??? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-01, Buy American Act--Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The following local clauses apply to this acquisition: LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2004): The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of clause) Electronic responses/offers to this combined synopsis/solicitation will be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. It is the offeror???s responsibility to monitor the IIPS site for the release of amendments (if any). For further assistance and instruction for the use of IIPS, the on-line help document is available at http://e-center.doe.gov/doebiz.nsf/ or http://www.doeal.gov/cpd/readroom.htm. SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other methods will not be evaluated. Quotes must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 5:00 p.m. Mountain Standard Time, 4:00PM. Each quote is to be submitted according to the instructions detailed in the IIPS on-line help document, which is available at http://e-enter.doe.gov/doebiz.nsf/. It is the responsibility of the contractor, prior to the quote due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the "IIPS Users Guide for Contractors." All questions or inquiries regarding this solicitation are to be directed to the named Contract Specialist: Maria Aurora Vigil at the following E-mail address: Mvigil@doeal.gov.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/38C857D9EE2E38B9852571030006DBB9?OpenDocument)
 
Record
SN00973520-W 20060128/060126211847 (fbodaily.com)
 
Source
FedBizOpps 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.