Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
SPECIAL NOTICE

D -- ANNUAL SERVICE AGREEMENT FOR digiDOQ DOCUMENT MANAGEMENT SYSTEM - STATEMENT OF WORK

Notice Date
11/30/2011
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-12-Q-M01003
 
Archive Date
12/22/2011
 
Point of Contact
Mary E. Price, Phone: 2023724068
 
E-Mail Address
mary.e.price@uscg.mil
(mary.e.price@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK DESCRIPTION: The U.S. Coast Guard intends to ESTABLISH A SERVICE MAINTENANCE AGREEMENT FOR THE digiDOQ DOCUMENT MANAGEMENT SYSTEM AT US COAST GUARD HEADQUARTERS, 2100 2ND STREET SW, WASHINGTON, DC 20593. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on A SMALL BUSINESS BASIS. DESCRIPTION OF SUPPLIES/SERVICES: PLEASE SEE ATTACHED STATEMENT OF WORK AND EQUIPMENT LIST. THE REQUEST SERVICES ARE FOR HOSTING AND MAINTENANCE OF THE WEB-BASED DIGITAL DOCUMENT RETRIEVAL AND MANAGEMENT SYSTEM (digiDOQ) TO SHARE, STORE, SEACH, AND RETRIEVE DOCUMENTS FOR THE RECREATIONAL BOATING PRODUCT ASSURANCE BRANCH OF THE BOATING SAFETY DIVISION. WORK WILL INCLUDE: PROVIDE OFF-SITE HOSTING OF DOCUMENT MANAGEMENT DATABASE TO INCLUDE DAILY BACKUPS AND 24/7 ACCESS TO DATABASE; CONTINUE TO MAINTAIN THE DOCUMENT MANAGEMENT SYSTEM TO ENSURE THAT FILES CAN BE RETRIEVED, STORED, MANIPULATED, ETC. AND PERFORM FIXES/OVERRIDES/ETC. AS NECESSARY; PROVIDE ONGOING HARDWARE AND SOFTWARE TECHNICAL SERVICE AND SUPPORT, INCLUDING SOFTWARE UPGRADES, FOR ONE (1) YEAR FROM CONTRACT AWARD DATE. HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and demonstrate that they are qualified to provide the supplies/services by providing a brief (20 pages or less) Technical and Price Quotes by 12:00 PM, ET, DEC 7, 2011. Technical quotes must include: (1) Specific approach in meeting requirements outlined in the Statement of Work and compatibility of system/process with existing agency configuration. (2) History (current or within the last 18 months) of projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price "broken out by labor hours, labor category, materials, and other direct costs". Offerors must submit an original and one copy of the quotes to MARY PRICE, USCG SILC DETACHMENT WASHINGTON, Room 1615, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to MARY.E.PRICE@USCG.MIL are acceptable, but must be timely. Proposal Evaluation Criteria: Quotes will be evaluated based on two criteria: (1) technical merit and (2) cost/price. The second evaluation factor is cost/price. The Government may be willing to pay more than their estimated cost if a quote advantages warrant it. However, as technical merit ratings equalize, price may become the deciding factor. Proposed costs and fees for all years will be evaluated as the total price quote. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2007). 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008) 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). 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by e-mail MARY.E.PRICE@USCG.MIL. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, DEC 7, 2011. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COA3HSC/HSCGG8-12-Q-M01003/listing.html)
 
Place of Performance
Address: 2100 2ND STREET SW, WASHINGTON, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN02631149-W 20111202/111130234746-ff1fc997fa78ae1cfe67108d6a683d1b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.