Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2011 FBO #3518
SOLICITATION NOTICE

70 -- Cellebrite

Notice Date
7/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
11-233-SOL-00343
 
Archive Date
7/15/2011
 
Point of Contact
Christopher R. Tieman, Phone: 3014437611
 
E-Mail Address
christopher.tieman@psc.hhs.gov
(christopher.tieman@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is conducted under the authority of 41 U.S.C. 253(c)(1) as set forth in FAR 6.302-1(c), only one responsible source and no other supplies or services will satisfy agency requirements. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is 11-233-SOL-00343 and it is issued as Request for Quote (RFQ). Please view attachments This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. Description of the Service HHS/OIG already has twelve Cellebrite UFED's in use by HHS/OIG digital forensic examiners nationwide. This purchase is to upgrade the software/firmware of those units. Doing so will expand the number of cellular devices supported as well as enable HHS/OIG personnel to conduct more comprehensive examinations of cellular and GPS devices. Cellebrite's Add-On Modules have proven vital in the acquisition of cell phone data. In an effort to maintain consistency and standardization of equipment being used by HHS/OIG personnel to conduct forensic examinations, we are submitting this continuation requisition to equip additional personnel that have been recently hired. (1)Cellebrite UFED Software Upgrade - Physical Pro Add-On Module (2)Cellebrite UFED Software Upgrades and Support Extended Warranty for One Year Period of Performance The period of performance is a based period of 12 months from the date of award. Place of Performance The place of performance for this contract is: 330 Independence Ave, SW Washington, DC 20201 Attn: Mosi Forde The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 is not applicable. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforms to the Lowest Price Technically Acceptable for the government. Interested firms may identify their interest and capability to respond to the requirement or submit quotes. This notice of intent to award is not a request for competitive proposals. However, all quotes received by the closing date, July 14, 2011, will be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer or acknowledge its listing in Online Representations and Certifications Application (ORCA). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2010), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (a)(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts); (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b); (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).; (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). Interest offerors must submit capability statement and/or proposal NO LATER THAN 12:00 PM EASTERN TIME JULY 14, 2011 VIA electronic copy to Christopher.Tieman@psc.hhs.gov. Each response should include the following Business Information: a. DUNS; b. Company Name; c. Company Address; d. Current GSA Schedules appropriate to this Award, If applicable; e. Do you have a Government approved accounting system? If so, please identify the agency that approved the system; f. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp; g. Company Point of Contact, Phone and Email address. Please contact Christopher Tieman, Contract Specialist, 301.443.7611, regarding this solicitation if you have any questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/11-233-SOL-00343/listing.html)
 
Place of Performance
Address: Cohen Building, 330 Independence Avenue, SW, Washington, DC 20201, United States
Zip Code: 20201
 
Record
SN02494876-W 20110713/110711234648-00d54f2cfa9214f2d01103dca64e98bb (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.