Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

70 -- software license and maintenance renewal

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W., National Place Building, 10th Floor, Washington, District of Columbia, 20530
 
ZIP Code
20530
 
Solicitation Number
DJJAPG9S001
 
Response Due
9/5/2008
 
Archive Date
9/20/2008
 
Point of Contact
Michele B Spencer,, Phone: (202) 307-1953
 
E-Mail Address
michele.b.spencer@usdoj.gov
 
Small Business Set-Aside
N/A
 
Description
The Department of Justice, Justice Management Division, Antitrust Division, intends to modify the period of performance for each option year of the sole source contract issued to MetaLINCS Corporation for unlimited repository-size usage of MetaLINCS electronic discovery software to include maintenance support. The period of performance is being modified to coincide with the federal government’s fiscal year as follows: Option Year 1 October 1, 2008 through September 30, 2009; Option Year 2 October 1, 2009 through September 30, 2010; Option Year 3 October 1, 2010 through September 30, 2011; and Option Year 4 October 1, 2011 through September 30, 2012. This requirement was procured in accordance with FAR Subpart 12.6, Subpart 13.106 and Subpart 13.5 as supplemented with additional information included in this notice. Interested parties must submit a written proposal detailing product information that demonstrates ability to provide equivalent software functionality, services and support as identified below. Quotes are to be sent to Michele B. Spencer to email address michele.b.spencer@usdoj.gov; or fax (202-307-1931). Quotations are due by September 5, 2008. Oral quotations will not be accepted. FAR 52.212 3, Offeror Representations and Certifications Commercial Items, must be completed and included with any and all quotes submitted in response to this synopsis. FAR Clauses 52.212 4, Contract Terms and Conditions Commercial Items and 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. All referenced FAR clauses may be copied at www.arnet.gov/far. The following FAR clause(s) are also referenced as part of this requirement: 52.217-9 Option to Extend the Term of the Contract (MAR 2000). NOTICE OF CONTRACTOR PERSONNEL SECURITY CLEARANCE REQUIREMENTS - Where performance under this contract/task or delivery order/call requires contractor personnel to have access to Department of Justice (DOJ) information, systems or facilities, contractor personnel will be subject to the background clearance requirements of Homeland Security Presidential Directive (HSPD)-12, OMB Guidance Memorandum M-05-24, FIPS Publication 201 and DOJ policy implementing HSPD-12 requirements. Background clearance requirements are determined by the risk level of each position, type of access and length of access required. Further information on background security clearance requirements applicable to contractor personnel proposed for performance on this contract/order/call may be obtained from the Contracting Officer. All contractor personnel must meet the DOJ Residency Requirements. He/She must have lived in the United States three of the last five years immediately prior to start of performance on this contract/order/call, and/or worked for the United States overseas in a federal or military capacity, and/or be a dependent of a federal or military employee serving overseas. Specific limited waiver request requirements - contractor personnel performing duties for a cumulative total of 14 days or less where there is a critical need for their specialized and unique skills (as solely determined by the Government) may be proposed for a waiver of the Residency Requirement by the contractor. Contractor personnel who are non-US citizens proposed for such a waiver of the Residency Requirement must be from a country allied with the United States (Since the countries on the Allied Countries List are subject to change, the contractor may review the following website for current information: http://www.opm.gov/employ/html/Citizen.htm. For contracts/orders/calls where access to DOJ information systems is involved, non-US citizens are not permitted to have access to or assist in the development, operation, management or maintenance of any DOJ IT system, unless a waiver is granted by the head of the Component, with concurrence of the Department Security Officer (DSO) and DOJ Chief Information Officer (CIO). Any such waiver must be in writing and be obtained prior to allowing any contractor employee who is the subject of the waiver request to begin work under this contract/order/call. The above requirements apply to any and all contractor employees requiring access to DOJ information systems or facilities, including subcontractor personnel, if applicable. The software and software maintenance services to be procured under this synopsis must comply with the following Section 508 Accessibility Standards: 1194.21 Software Applications and Operating Systems; 1194.22 Web-based Intranet and Internet Information and Applications; 1194.31 Functional performance criteria; and 1194.41 Information, documentation, and support (see http://www.section508.gov). Interested parties must submit a written proposal detailing product information that demonstrates ability to provide equivalent software functionality, services and support. Telephone calls will not be accepted, as no solicitation document exist.*****
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5a67f103c9bc377d7233c5b06e45dcf5&tab=core&_cview=1)
 
Place of Performance
Address: US Department of Justice, Antitrust Division, 1110 Vermont Ave., NW, Suite 501, Washington, District of Columbia, 20530, United States
Zip Code: 20530
 
Record
SN01653377-W 20080829/080827222639-5a67f103c9bc377d7233c5b06e45dcf5 (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.