Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2010 FBO #3232
MODIFICATION

70 -- Encase Maintenance

Notice Date
9/28/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
601 S 12th Street, Arlington, VA 20598
 
ZIP Code
20598
 
Solicitation Number
HSTS03-10-B-CIO299
 
Response Due
9/28/2010
 
Archive Date
3/27/2011
 
Point of Contact
Name: Tamra MacCarrick, Title: Contract Specialist, Phone: 5712273090, Fax:
 
E-Mail Address
tamra.j.maccarrick@dhs.gov;
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSTS03-10-B-CIO299 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334611 with a small business size standard of 500.00 employees. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-28 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS Transportation Security Administration requires the following items, Exact Match Only, to the following: LI 001, Base Year Encase Enterprise Concurrent Connection Maintenance, 13, EA; LI 002, Base Year Item # RR6402 Encase Enterprise Examiner Maintenance, 3, EA; LI 003, Base Year Encase Enterprise IRCC (Snapshot) Maintenance, 1, EA; LI 004, Base Year Item # RR6402 Encase Enterprise Pro Suite Maintenance, 3, EA; LI 005, Base Year Encase Enterprise SAFE Maintenance, 1, EA; LI 006, Reinstatement Fee, 1, EA; LI 007, Base Year Encase Enterprise Concurrent Connection new license, 12, EA; LI 008, Base Year Encase Enterprise Concurrent Connection maintenance, 12, EA; LI 009, Base Year Encase Enterprise Examiner new license, 3, EA; LI 010, Base Year Encase Enterprise Examiner maintenance, 3, EA; LI 011, Base Year Encase Enterprise Pro Suite new license, 3, EA; LI 012, Base Year Encase Enterprise Pro Suite maintenance, 3, EA; LI 013, Option Year 1 Encase Enterprise Concurrent Connection Maintenance, 25, EA; LI 014, Option Year 1 Item # RR6402 Encase Enterprise Examiner Maintenance, 6, EA; LI 015, Option Year 1 Encase Enterprise IRCC (Snapshot) Maintenance, 1, EA; LI 016, Option Year 1 Item # RR6402 Encase Enterprise Pro Suite Maintenance, 6, EA; LI 017, Option Year 1 Encase Enterprise SAFE Maintenance, 1, EA; LI 018, Option Year 1 Encase Enterprise Examiner new license, 3, EA; LI 019, Option Year 1 Encase Enterprise Pro Suite new license, 3, EA; LI 020, Option Year 2 Encase Enterprise Concurrent Connection Maintenance, 25, EA; LI 021, Option Year 2 Item # RR6402 Encase Enterprise Examiner Maintenance, 9, EA; LI 022, Option Year 2 Encase Enterprise IRCC (Snapshot) Maintenance, 1, EA; LI 023, Option Year 2 Item # RR6402 Encase Enterprise Pro Suite Maintenance, 9, EA; LI 024, Option Year 2 Encase Enterprise SAFE Maintenance, 1, EA; LI 025, Option Year 2 Encase Enterprise Examiner new license, 3, EA; LI 026, Option Year 2 Encase Enterprise Pro Suite new license, 3, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In the event this procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. Please see FAR 19.502-2 for more information and exceptions. For this procurement, the associated North American Industrial Classification System (NAICS) code is__________with a small business size standard of_________ employees / average annual receipts." Vendors must be currently registered and have a valid certification in the Online Representation and Certifications Application (https://orca.bpn.gov) as well as have a current Central Contractor Registration (CCR) at www.ccr.gov before an award can be made. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. All proposed bids must be in compliance with all terms and conditions contained within Attachment 1- Additional Terms and Conditions. To be determined responsive, Offerors must provide a proposed price for every line item. Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of proposals meeting the technical requirements of Attachment 1-Additional Terms and Conditions. Only the lowest priced bid will be evaluated to determine technical acceptability. If the lowest priced bid is not technically acceptable, the next lowest priced bid will be evaluated until a bid is determined technically acceptable. he attached Class Justification and Approval authorizes various procurements under the same justification for other than full and open competition. Vendors shall only base their bids on the specific items requested in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS03-10-B-CIO299/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02300087-W 20100930/100928235536-e676bcb764651c40b3008aab6a43aea6 (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.