Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

70 -- Data Modeiling Tool - Statement of Work

Notice Date
6/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
105787
 
Archive Date
7/8/2009
 
Point of Contact
Ashley P. Fowler, Phone: 3018279765
 
E-Mail Address
Ashley.Fowler@fda.hhs.gov
(Ashley.Fowler@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work The Food and Drug Administration is seeking quotations to obtain enterprise licenses and technical support service for an enterprise data modeling tool, for a base period plus four option years. This is a combined synopsis/solicitation for a 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is FDA-SOL-09-1057387 and is being issued as a "Brand Name or Equal To" Request for Quotation (RFQ). The suggested brand name for this requirement is Erwin Software. Other brands that can meet the requirements below will also be considered. The NAICS code is 541511. In order to qualify for award, an offeror must meet the small business size standard for that NAICS code, which is $25M. The Government intends to issue a fixed price purchase order for a base plus four option years and reserves the right to issue an award without discussions. The Statement of Work is included as an attachment. Price: The Government will evaluate proposed prices for a base period plus four option years. Price is of less importance than technical capabilities. Award will not be automatically made on the basis of the highest technical merit. However price may become an important factor as the degree of equality between technical proposals becomes closer. FAR Provision 52.217-5, Evaluation of Options (Jul 1990) applies to this procurement. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). EVALUATION – Commercial Items: In accordance with FAR 12.301(c)(2), the provisions set forth below are provided in lieu of the clause at 52.212-2, Evaluation--Commercial Items (JAN 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will offer the best value to the Government taking into consideration the following factors: Functionality- •The proposal demonstrates that the functionality of the product meets the mandatory requirements listed in Section 3.1 of the Statement of Work. •The vendors should provide a matrix showing where in their documentation their products meet each of FDA's requirements listed in the SOW. • Specifically we need to know the following. •Name, version, and cost of the data modeling product •Name, version, and cost of the data profiling product •Name, version, and cost of the read-only data modeling product Clauses: The provision at FAR 52.212-1 titled, "Instructions to Offerors –Commercial" (JUN 2008), applies to this acquisition and is available at website: http://www.acquisition.gov/far/current/html/52_212_213.html The provision at FAR 52.212-2, titled, "Evaluation of Commercial Items" (JAN 1999), is applicable to this acquisition. Vendors shall complete FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (JUN 2008). This can be done electronically at http://orca.bpn.gov. The contracting officer will review the vendor’s online certifications at http://orca.bpn.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (MARCH 2009), applies to this acquisition. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (MAR 2009) 52.219-28 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004) (15 U.S.C. 637(D)(2) AND (3)). 52.222-3 CONVICT LABOR (JUNE 2003) (E.O. 11755). 52.222-19 CHILD LABOR—COOPERATION WITH AUTHORITIES AND REMEDIES (FEB 2008) (E.O. 13126). 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999). 52.222-26 EQUAL OPPORTUNITY (MAR 2007)(E.O. 11246). 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) (E.O.’S, PROCLAMATIONS, AND STATUTES ADMINISTERED BY THE OFFICE OF FOREIGN ASSETS CONTROL OF THE DEPARTMENT OF THE TREASURY). 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT. 2003)(31 U.S.C. 3332). 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996)(5 U.S.C. 552A). In order to comply with Section 508 of the Rehabilitation Act, the Government asks vendors to complete a Voluntary Product Accessibility Template (VPAT) and submit it with their quote. The technical standards applicable to this requirement are: §1194.22 Web-based Intranet and Internet Information and Applications §1194.41 Information, documentation, and support The 508 technical standards are available at http://www.section508.gov/. In accordance with FDA's three-way simplified acquisition invoice procedures the Contractor shall submit an original invoice or electronic invoice to the address listed in box 18a of this purchase order. The invoice must include: (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Purchase order number and line item numbers and; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (xi)DUNS number. SOLICITATION INQUIRIES Inquiries concerning the solicitation document shall be submitted in writing by e-mail to the following address: Ashley.Fowler@fda.hhs.gov ALL QUESTIONS MUST BE RECEIVED, IN WRITING, NO LATER THAN 12:00 P.M., Eastern Time Thursday June 18, 2009. The Government will make every attempt to answer questions which will not automatically result in the extension of the due date for receipt of quotes. The Government cannot guarantee the answers will be issued at least 3 calendar days before the quote due date and time. All questions and their respective answers will be made available in the form of an amendment to this announcement RESPONSES TO THE COMBINED SYNOPSIS/SOLICITATION MUST BE SUBMITTED BY 12:00 p.m. Eastern Tuesday June 23, 2009 emailed to Ashley.Fowler@fda.hhs.gov NOTICE OF AWARD: A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/105787/listing.html)
 
Place of Performance
Address: 5600 Fishers Ln., Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN01842193-W 20090613/090611235255-2f956b767e1e0a2d2919a6c44848cf65 (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.