Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

70 -- File Management Sytem

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-08-RQ-0655
 
Response Due
9/17/2008 12:00:00 PM
 
Archive Date
10/2/2008
 
Point of Contact
Janine A. Kerns,, Phone: 301-975-4267
 
E-Mail Address
janine.kerns@nist.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared 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; quotations are being requested and a written solicitation will not be issued. FAR Part 13, Simplified Acquisition Procedures, are being utilized for this acquisition. The solicitation number is SB1341-08-RQ-0655; the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number (FAC) 2005-26. This solicitation is being conducted on an unrestricted competitive basis; all responsible sources may submit a quotation for this solicitation. The North American Industrial Classification System Code (NAICS) for this solicitation is 423490, and the size standard is 100 employees. This solicitation is for the acquisition of the following commercial products and related services that are required to convert the NIST Office of the Chief Financial Officer, Grants and Agreements Management Division’s (GAMD) current manual system of managing its hard copy work files into an automated fashion of managing those files via currently available commercial hardware and/or software solution. GAMD currently maintains approximately 1,500 official files consisting of approximately 1,650 folders in paper form. GAMD currently has approximately 40 people that would be users of the new system and creates approximately 400 new file folders each year. A list of contract line item number(s) (CLINs), quantities and units of measure for this acquisition include: CLIN 0001 (Quantity: 1; Unit: Lot): Automated File Management Solution that meets or exceeds the following minimum requirements for up to 40 users (up to 5 of which may be concurrent users): Automated searches for files; label printing; automated creation of files; documents the chain of custody for each file; file tracking capability; materials for coding current and future files and related folders; auditing of user activity; CLIN 0002 (Quantity: 1; Unit: Job): Installation and implementation of CLIN 0001 CLIN 0003 (Quantity: 1; Unit: Job): Complete end user training for CLIN 0001 for Up to 5 people. CLIN 0004 (Quantity: 1; Unit: Lot): Travel Costs for Item Number 0003, which would be reimbursed in accordance with FAR 31.205-46, Travel Costs (specifically, travel costs would be reimbursed in accordance with Chapter 301 of the Federal Travel Regulation, which is accessible on the Internet at http://www.gsa.gov/Portal/gsa/ep/channelView.do?specialContentType=FTR&file=FTR/FTR301TOC.html&pageTypeId=8199&channelPage=%2Fep%2Fchannel%2FgsaOverview.jsp&channelId=-16524, plus General and Administrative burden (if applicable)). Per diem rates for lodging, as well as meals and incidental expenses, are accessible at: http://www.gsa.gov/Portal/gsa/ep/contentView.do?programId=9704&channelId=-15943&ooid=16365&contentId=17943&pageTypeId=8203&contentType=GSA_BASIC&programPage=%2Fep%2Fprogram%2FgsaBasic.jsp&P=MTT. CLIN 0005 (Quantity: 1; Unit: Job): Data conversion services for existing files and folders. Offerors may modify the aforementioned CLIN structure, quantities, and/or units of issue, if necessary, in their quotation in order to more clearly represent their commercial offering. The delivered solution and related services must be fully complete and operational by December 31, 2008. The provision at FAR 52.212-1, Instructions to Offerors--Commercial items, applies to this solicitation. The Offeror should include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial items, applies to this acquisition. The aforementioned FAR provisions cited in FAR 52.212-5 apply to this solicitation: 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 Records on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All of the aforementioned provisions and clauses may be viewed at: http://acquisition.gov/comp/far/index.html. Quotation Submission Instructions: The quotation should include the following eleven items: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the products and services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, including delivery and completion of related services. This may include product literature, or other documents, if necessary. Include a basic list of products and services that the offeror proposes to meet NIST’s minimum requirements and, if the offeror so chooses, a list of separately priced components that may be purchased as options and the date by which those options must be purchased; (4) A detailed schedule showing how the acquisition would be completed by December 31, 2009. (5) A copy of any applicable software license for software being included in the quotation; (6) Terms of any express warranty; (7) Firm-fixed-price (FOB Destination only) for each offered product and service (including optional components), and any discount terms; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(k) for those representations and certifications that the offeror shall complete electronically); (9) Documentation that indicates what Section 508 standards are met by for the electronic and information technology (EIT) products and services being included in the quotation (see www.section508.gov for more information on Section 508); (10) Acknowledgment of solicitation amendments; and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Note #1: The Offeror is advised that the following Software License Addendum will be included in the resultant purchase order award document: “This Addendum incorporates certain terms and conditions relating to federal procurement actions. The terms and conditions of this Addendum take precedence over the terms and conditions contained in any license agreement or other contract documents entered into between the parties. Governing Law: Federal procurement law and regulations, including the Contract Disputes Act, 41 U.S.C. Section 601 et seq., and the Federal Acquisition Regulation (FAR), govern the agreement between the parties. Litigation arising out of this contract may be filed only in those fora having jurisdiction over federal procurement matters. Attorney’s Fees: Attorney’s fees are payable by the federal government in any action arising under this contract only pursuant to the Equal Access in Justice Act, 5 U.S.C. Section 504. No Indemnification: The federal government will not be liable for any claim for indemnification; such payments may violate the Anti-Deficiency Act, 31 U. S. C. Section 1341(a). Assignment: Payments may only be assigned in accord with the Assignment of Claims Act, 31 U.S.C. Section 3727, and FAR Subpart 32.8, “Assignment of Claims.” Invoices: Invoices will be handled in accordance with the Prompt Payment Act, 31 USC Section 3903, and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Payment: The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. Section 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Patent and Copyright Infringement: Patent or copyright infringement suits brought against the United States as a party may only be defended by the U.S. Department of Justice (28 U.S.C. Section 516). Renewal of Support after Expiration of this Award: Service will not automatically renew after expiration of the initial term of this agreement. Renewal may only occur in accord with (1) the mutual agreement of the parties; or (2) an option renewal clause allowing the government to unilaterally exercise one or more options to extend the term of the agreement.” Note #2: The Contractor may submit an invoice for each CLIN only after the Government has accepted the products/services included in that CLIN. Quotations must be Evaluation Factors for Award: The Government intends to award a purchase order to the offeror whose quotation represents the best value to the Government, price and other factors considered. Evaluation factors include: 1) Extent to which the offered solution meets or exceeds the minimum specifications; 2) Extent to which offered solution meets applicable United States Access Board Section 508 standards; and 3) Price. To be considered eligible for award, the offeror shall propose EIT goods and/or services that meet the applicable provisions of the United States Access Board Section 508 Standards. Alternatively, offerors may propose goods or services that provide equivalent facilitation. Such quotations will be considered to have met the provisions of the Access Board’s standards for the feature or component providing equivalent facilitation. If none of the quotations that meet all applicable provisions of the Access Board’s standards could be accepted without imposing an undue burden on the agency or component, or if none of the quotations include goods or services that fully meet all of the applicable Access Board’s provisions, those quotations that meet some of the applicable provisions will be considered eligible for award. Award will not be made to an offeror meeting some or all of the applicable Access Board provisions if award would impose an undue burden upon the agency. The Government reserves the right to award a purchase order for less than all line items listed in the solicitation. For quotation preparation purposes, the Offeror shall assume that the Government will award the purchase order on or about September 25, 2008, with a period of performance for the purchase order being September 26, 2008 through December 31, 2009. Offerors may submit questions to Janine.kerns@nist.gov by close of business September 10, 2008. Offerors shall submit their quotation and any alternate quotations to Janine.kerns@nist.gov, with a courtesy copy to joseph.widdup@nist.gov, so that they are received at those addresses by the closing date for this solicitation. Quotations shall be submitted in Microsoft Word, Microsoft Excel,.rtf and/or.pdf format. The pricing portion of the quotation should be submitted as a separate document, apart from the rest of the quotation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0a3cb12d3bfc97d6f017ead08fd374bd&tab=core&_cview=1)
 
Place of Performance
Address: National Institute of Standards and Technology, 100 Bureau Drive Stop 1650, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01661484-W 20080907/080905222852-0a3cb12d3bfc97d6f017ead08fd374bd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.