Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
DOCUMENT

J -- Operating and Maintenance of Fingerprint Machines - Statement of Work

Notice Date
8/1/2008
 
Notice Type
Statement of Work
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS01-08-R-HRM124
 
Archive Date
9/6/2008
 
Point of Contact
Rebecca D Leake,, Phone: 571-227-2861, Marvin Grubbs,, Phone: 571-227-4978
 
E-Mail Address
Rebecca.Leake@dhs.gov, marvin.grubbs@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for operation and maintenance of TSA owned fingerprinting machines (Crossmatch ID-1000) throughout the country. The attached Statement of Work shall apply. This combined synopsis/solicitation for commercial services is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. This IS a small business set a-side. The NAICS code is 811219 and the size standard is $6.5 million average receipts over 3 years. This procurement is for 24/7 help desk support, hardware maintenance and replacement and software enhancements. A combination fixed price / time and materials contract is envisioned. Please submit a detailed price proposal for a base period of 12 months with two 12 month option periods for the following: CLIN 0001 - Help Desk support 24 / 7 basis - fixed price CLIN 0002 - Hardware Maintenance and Replacement - fixed unit price and hourly rate CLIN 0003 - Software Enhancements - fixed unit price and hourly rate The following terms and conditions (FAR and HSAR) shall apply which may be viewed at http://farsite.hill.af.mil/ FAR Clauses 52.212-1 Instructions to Offerors—Commercial Items 52.212-3 Offeror Representations and Certifications—Commercial Items - Offerors MUST have a current /valid Online Representation and Certification Application (ORCA) certification and Central Contractor Registration (CCR) prior to submitting any offer. 52.212-4 Contract Terms and Conditions—Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (specific clauses contained therein shall apply as follows: 52.203-6, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19,2.222-21, 52.222-26, 52.222-35, 52.222-37, 52.222-39, 52.223-9, 52.223-15, 52.225-1, 52.225-3, 52.225-5, 52.225-13, 52.232-29, 52.232-30, 52.232-33, 52.239-1 and 52.222-53. 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract (30 days / 3 years) 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.227-14 Rights in Data - General 52.245-1 Government Property HSAR clauses 3052.204-70 Security Requirements for Unclassified Information Technology Resources 3052-204-71 Contractor Employee Access OFFERS ARE DUE BY CLOSE OF BUSINESS (12:00 P.M. local DC time) on August 22, 2008 and will be evaluated based on a best value determination with the following evaluation criteria that your firm must address within the proposal: TECHNICAL EVALUATION CRITERIA – FACTORS FOR AWARD and weight assigned (1)Technical Capability (75%) a.Description of services and software capabilities to provide support and compatibility to ID-1000 fingerprint units and with Live Scan software. b.Description of help desk support services 24x7. c.Description of call response time and the capability to respond within 15 minutes for 95% of the calls. d.Vendors must provide within their bid, verification that their products and services are compatible with Crossmatch fingerprint equipment (ID-1000) and Live Scan software. 1. Hardware replacement to be compatible with the existing hardware and software. 2. Software enhancements, updates, and or upgrades for deployed software to be compatible with Live Scan software. e.Monthly Reports 1.Hardware Inventory Report 2.Help Desk number of support calls 3.Number of replacement units/parts (2)Quality Assurance (5%) The Government will consider the relative capability of the offeror to provide quality services in its commitment to the customer. (3)Security (5%) The Government will evaluate the Contractor’s ability to follow all policies and procedures governing physical, environmental, and information security as describe in various TSA regulations, good business practices, and the specifications, directives, and manuals for conducting work to generate the products and services as required by this contract. All TSA data, including but not limited to PII, sensitive security information (SSI), and sensitive but unclassified (SBU), critical infrastructure information (CII), shall be protected according to DHS and TSA security policies and mandates. The Contractor solution shall follow all TSA and DHS policies, and procedures, guidelines and standards including but not limited to: DHS MD 4300 Sensitive Systems series TSA IT Security Policy DHS IT Security Architecture Guidance Volumes 1, 2 and 3 DHS/TSA System Development Lifecycle (SDLC) NOTE: These Documents are available for Reading only. Please contact the contract specialist in advance to set up an appointment. (4)Past Performance/Organizational Experience (15%) By past performance, the Government means the offeror’s record of conforming to specifications and to standards of good workmanship; the offeror’s adherence to contract performance criteria, including the administration aspects of performance; the Contractor’s reputation for reasonable cooperative behavior and commitment to customer satisfaction; and generally, the offeror’s business like concern for the interest of the customer. The Government will evaluate the quality of the offeror’s past performance. The assessment of the offeror’s past performance will be used as a means of evaluating the relative capability of the offeror and the other competitors. Thus an offeror with documented exceptional record of past performance may receive a more favorable evaluation than an offeror whose record is acceptable. (5)Price The offeror shall submit a price proposal in an acceptable standard Government format. Reasonableness of the Offered Price will be evaluated to determine the best overall value to the Government for the award purposes. A price analysis of each offeror’s proposal will be conducted to determine the reasonableness of proposed prices. Price proposals that are materially unbalanced may be rejected. Note: Technical factors, when combined, are significantly more important than price. C. Page Limitation: The written response to this RFP must be in two separate volumes (1.Technical and 2. Price) and shall include a cover sheet that gives a clear indication of the contents of each volume. Submissions shall be e-mailed to the following: Rebecca.Leake@dhs.gov and Marvin.Grubbs@dhs.gov b. Volume 1 – Page limitation is not to exceed ten (10) pages. One (1) cover page and one (1) table of contents page for Volume 1 are allowed and will not count against the page limit. If the offeror’s submissions of the Technical volume (excluding the cover page and table of contents), exceed the mandatory page limits stated above, then only the number of pages allowed will be evaluated. For example, if a submitted resume is 3 pages long, only 2 page of that resume will be evaluated. b. Volume 2 – Page limitation is not specified. Please include your firm's DUNs as well.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7a15887e12893ffc30a96a3e4ae16c17&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: SOW (SOW O&M Fingerprint equipment.doc)
Link: https://www.fbo.gov//utils/view?id=fba332797c5b1c0a97e5fae3ce03ccba
Bytes: 84.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Awardee's facility, United States
 
Record
SN01628973-W 20080803/080801221747-7a15887e12893ffc30a96a3e4ae16c17 (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.