Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

70 -- Adobe Licenses, Media DVD and MS Sharepoint - HSFEFL-09-Q-0025

Notice Date
3/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Long Term Recovery Office - FL, 36 Skyline Drive, Administration Section, Contracting Office, Lake Mary, Florida, 32746
 
ZIP Code
32746
 
Solicitation Number
HSFEFL-09-Q-0025
 
Archive Date
4/30/2009
 
Point of Contact
Laurel L. Beiger,, Phone: 407.268.8583, Raymond Lucas,, Phone: 407-268-8579
 
E-Mail Address
laurel.beiger@dhs.gov, raymond.lucas@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Combined synopsis/solicitation for Adobe Acrobat and MS Sharepoint needed to for the FEMA Florida Recovery Office's Sharepoint intranet site. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Vendors are to submit a proposal by fax or email attachment to the Contracting Officer [laurel.beiger@dhs.gov] with the solicitation number as the subject line no later than the due date. Solicitation number HSFEFL-09-Q-0025 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The requirement is 100% set-aside for small businesses that qualify as a local firm as per FAR 26.2. For this solicitation, "local area" is defined as the entire state of Florida. The size standard for small business under NAICS code 443120 is $9 million. The contractor’s price shall include the following: CLIN 0001: Provide thirty Adobe Acrobat Professional - (v.9) - Licenses – 1 user GOV-TLP-level S (1+) Win-450 points - Universal English. CLIN 0002: Provide one Adobe Acrobat Standard - (v.9) - Media – GOV, GSA, NACT-TLP-DVD-Win -Universal English. CLIN 0003: Provide seven Adobe Creative Suite 4 Web Premium Product-upgrade licenses – 1 user - upgrade from Adobe 1.x or 2.x, Standard or Premium/Macromedia Studio 8/MX-2004-GOV-TLP-level S (1+) – Win – 600 points- Universal English. CLIN 0004: Provide one Adobe Creative Suite 4 Web Premium-Media –GOV - TLP-DVD - Win - Universal English. CLIN 0005: Provide seven Adobe Flex Builder Professional - (v.3) – Licenses - 1 user- GOV – TLP - level S (1+) - Win, Mac - 700 points - Universal English. CLIN 0006: Provide one Adobe Flex Builder Professional - (v.3) - Media - GOV-TLP – DVD – Win, Mac - Universal English. CLIN 0007: Provide five Microsoft Office SharePoint Designer 2007 - License – 1 PC – local – MOLP – Win - English. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items applies and may be found at http://acquisition.gov/comp/far/current/html/52_212_213.html#wp1179124 52.226-3 Disaster or Emergency Area Representation. Disaster or Emergency Area Representation (Nov 2007) (a)Set-aside area. The area covered in this contract is: __The state of Florida__ (b) Representations. The offeror represents that it o does o does not reside or primarily do business in the designated set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months— (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror’s gross revenues and employed at least half of the offeror’s permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include— (1) Physical location(s) of the offeror’s permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror’s gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. (End of provision) 52.226-4 Notice of Disaster or Emergency Area Set-Aside. Notice of Disaster or Emergency Area set-Aside (Nov 2007) (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in __The state of Florida__. Offers received from other businesses shall not be considered. (b) This set-aside is in addition to any small business set-aside contained in this contract. (End of clause) 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area. Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (a) Definitions. The definitions of the following terms used in this clause are found in the Small Business Administration regulations at 13 CFR 125.6(e): cost of the contract, cost of contract performance incurred for personnel, cost of manufacturing, cost of materials, personnel, and subcontracting. (b) The Contractor agrees that in performance of the contract in the case of a contract for— (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the Contractor or employees of other businesses residing or primarily doing business in the area designated in the clause at FAR 52.226-4, Notice of Disaster or Emergency Area Set-Aside; (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The Contractor or employees of other businesses residing or primarily doing business in the set-aside area shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials; (3) General construction. The Contractor will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area; or (4) Construction by special trade Contractors. The Contractor will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area. (End of clause) 52.239-1 Privacy or Security Privacy or Security Safeguards (Aug 1996) (a) The Contractor shall not publish or disclose in any manner, without the Contracting Officer’s written consent, the detail of any safeguards either designed or developed by the Contractor under this contract otherwise provided by the Government. (b) To the extent required to carry out a program of inspection to safeguard against threats and hazards to the security, integrity, and confidentiality of the Government data, the Contractor shall afford the Government access to the Contractor’s facilities, installations, technical capabilities, operations, documentation, records, and databases. (c) If new or unanticipated threats and hazards are discovered by either the Government or the Contractor, or if existing safeguards have ceased to function, the discoverer shall immediately bring the situation to the attention of the other party. (End of Clause) Electronic and Information Technology must be in compliance with Section 508 of the Rehabilitation Act. Government Purchase card is applicable to discount. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc, but must include information: (1) Pricing, (2) Company Tax Information and DUNS number. CCR requirement-Contractors must be registered on Central Contractor Registration (CCR) before an award can be made to them. If a contractor is not registered in CCR, they may do so by going to the CCR website at http://www.ccr.gov. Primary Point of Contact: Laurel L. Beiger, Contracting Officer Phone Number: (407) 268-8583 E-mal Address: laurel.beiger@dhs.com Secondary Point of Contact: Raymond Lucas, Contracting Officer Phone number (407) 268-8579 E-mal Address: ramond.lucas@dhs.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c13e7d60436e5a6fe22c48ae584595bb&tab=core&_cview=1)
 
Place of Performance
Address: US Department of Homeland Security, Federal Emergency Management Agency, Region IV Florida Recovery Office, 36 Skyline Drive, Lake Mary, Florida, 32746-6201, United States
Zip Code: 32746-6201
 
Record
SN01781934-W 20090402/090331221552-c13e7d60436e5a6fe22c48ae584595bb (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.