Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2011 FBO #3599
SOLICITATION NOTICE

D -- Lawful Intercept Mediation Management System with a Communication Collection System - Package #1 - Package #2 - Package #3 - Package #4 - Package #5

Notice Date
9/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
DJD-11-R-0057
 
Archive Date
11/15/2011
 
Point of Contact
Chuck Spencer,
 
E-Mail Address
vincent.c.spencer@usdoj.gov
(vincent.c.spencer@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Exhibit 2 - Deliverables Table Solicitation DJD-11-R-0057 Exhibit 3 - Subcontracting Certification Exhibit 1 - Statement of Work Cover Letter REQUEST FOR PROPOSALS. The Drug Enforcement Administration (DEA), Office of Acquisition Management (FA) requires the following: a turnkey Lawful Intercept Mediation Management System (LIMS) and a Transcription and Translation Support System (T2S2) to be used at the National Electronic Monitoring Center (NEMC) in El Salvador. The solicitation number for this procurement is DJD-11-R-0057 and this is listed as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53. The anticipated award will be a Firm Fixed Price contract. The North American Industry Classification System (NAICS) code is 334210, Telephone Apparatus Manufacturing. The business size standard is 1,000 employees. This solicitation is designated for 100% small business set-aside. It is the Offeror's responsibility to download a copy of the attached solicitation and exhibits from this notice. Attached to this notice are: Cover Letter; Solicitation DJD-11-R-0057; Exhibit 1 - Statement of Work, Section C; Exhibit 2 - Deliverables Table; and Exhibit 3 - Subcontracting Certification. Summary Description of Work To Be Performed: The Contractor will build, deliver, install, provide training and provide annual maintenance and support for the LIMS and T2S2 systems at the NEMC in El Salvador. Please see the attached Statement of Work for a detailed description of the contract deliverables and the work to be performed. Special Requirements: All contractors must be registered with the Central Contractor Registration (CCR) to be awarded a contract. Contractors can register online at www.ccr.gov or call 888-227-2423. Failure to register by close of business on the third day after notification of possible award by the Contracting Officer may cause rejection of the contractor's offer. The prime Contractor must perform a minimum of 51% of the labor costs for this contract. Period of Performance: This acquisition will result in the award of a firm-fixed price contract with a base period of performance of one year beginning on or about November 25, 2011. The solicitation will also include four one-year option periods for annual maintenance and support. The estimated period of performance is as follows: Base Period 11/25/2011 to 11/24/2012 Option Period 1 11/25/2012 to 11/24/2013 Option Period 2 11/25/2013 to 11/24/2014 Option Period 3 11/25/2014 to 11/24/2015 Option Period 4 11/25/2015 to 11/24/2016 Provisions and Clauses: This solicitation document incorporates provisions and clauses which are in effect through the current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference. This solicitation also includes applicable DEA clauses. For a full listing of the applicable clauses see the attached solicitation. FAR provisions and clauses may be found in full text at http://acquisition.gov/far/index.html. DEA clauses are included in full text in the solicitation. How to Respond: All responsible sources may submit a proposal which shall be considered by the agency. Detailed proposal preparation and submission instructions are listed in the attached solicitation. Proposals must be received by 3:00 pm, Eastern Time, Monday, October 31, 2011. Any inquiries concerning this requirement are to be emailed to Chuck Spencer, Contract Specialist, by 3:00 pm Eastern Time, Tuesday, October 11, 2011 at Vincent.c.spencer@usdoj.gov. If an interested source is not able to contact the Office of Acquisition Management via email, information/correspondence/requests may be submitted to Chuck Spencer at address: Drug Enforcement Administration, Acquisition Management Section, 8701 Morrissette Drive, Springfield, VA 22152.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-11-R-0057/listing.html)
 
Record
SN02598769-W 20111002/110930234854-f6d0e0f70ae302040e6d77e38e88924a (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.