SOLICITATION NOTICE
70 -- RADM Tools Office - SOW
- Notice Date
- 4/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
- ZIP Code
- 20745
- Solicitation Number
- TIRNO10Q00153
- Archive Date
- 5/19/2010
- Point of Contact
- Treva Jones, Phone: 202 283-1342
- E-Mail Address
-
treva.l.jones@irs.gov
(treva.l.jones@irs.gov)
- Small Business Set-Aside
- N/A
- Description
- IRS Info Sheet Line Items SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The Government intends to award one Firm Fixed Price Contract for the Contract Line Item Numbers (CLINs) attached. The associated North American Industry Classification System (NAICS) code is 541511 Custom Computer Programming Services Solicitation TIRNO-10-Q-00153 is issued as a Request for Quote (RFQ) and brand name justification to procure Requirements and Demand Management (RADM, formerly BRRM) Tools Office. The purpose of the Requirements and Demand Management (RADM) Tools team is to support IRS organizations and projects utilize analytical tools to assist in defining their business solutions. The IRS currently has an enterprise license for the Oracle Policy Modeling component (formally RuleBurst Studio) plus several Oracle Policy Automation (formally RuleBurst Runtime/Interactive) licenses. Purchase includes the following line items: (1) Maintenance and support for Oracle Policy Automation software license (previously referred to as RuleBurst Runtime) (2) Maintenance and support for Oracle Policy Modeling site software license (previously referred to as RuleBurst Studio) See the attached SF18 Request For Quotations for specific supplies/services. The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-35 are applicable to this procurement: FAR 52.212-1, Instructions to offerors - Commercial, and FAR 212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is used. FAR clause 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 Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer – Central Contractor Registration. All resellers that can deliver and/or perform the equivalent products/services shall submit written a quotation which includes any applicable discounts; along with the completed IRS Price Quotation Sheet on or before 12:00pm May 4, 2010. The Vendor shall be selected based on the lowest priced technically acceptable quote. All quotes shall include: Price(s), FOB Point of Contact (name and telephone number), delivery date(s), business size, payment terms, Taxpayer Identification Number and Dun & Bradstreet number. All products/services must be in compliance with Section 508 of the Rehabilitation Act. Anyone desiring to do business with the Federal Government must be registered in Central Contractor Registration (CCR) www.ccr.com. The requirement will close 12:00pm May 4, 2010. All questions must be submitted by email to treva.l.jones@irs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO10Q00153/listing.html)
- Place of Performance
- Address: Internal Revenue Service, New Carrollton Site, 5000 Ellin Road, Lanham, Maryland, 20706, United States
- Zip Code: 20706
- Zip Code: 20706
- Record
- SN02135136-W 20100430/100428235544-673ba3dd2b15aea6b56bd697872c4896 (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 |