Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2012 FBO #3743
SOLICITATION NOTICE

70 -- Flight Data Software

Notice Date
2/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334611 — Software Reproducing
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-12-P-00052
 
Point of Contact
Laura E. Harris, Phone: 202-447-0472, Chiara Best, Phone: 202-447-5702
 
E-Mail Address
laura.harris@dhs.gov, chiara.best@dhs.gov
(laura.harris@dhs.gov, chiara.best@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Solicitation Number: HSHQDC-12-P-00052 Date Posted: February 21, 2012 Classification Code: 70- General Purpose Information Technology Equipment NAICS Code: 334611- Software Reproducing Recovery and Reinvestment Action: No Response Date: February 27, 2012, 10 AM EST Primary Point of Contact: Laura Harris Contract Specialist Laura.Harris@dhs.gov Ph:202-447-0472 Secondary Point of Contact: Chiara Best Contracting Officer Chiara.Best@dhs.gov Ph: 202-447-5702 Synopsis: This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR 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. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-55. The North American Industry Classification System (NAICS) code is 334611 and the size standard is 500.00 employees. This is a Request for Quote (RFQ) and the solicitation number is HSHQDC-12-P-00052. It is the intent of the government to award a Firm Fixed Price contract from this solicitation. All interested parties must quote on all items. Award will be made to the lowest price technically acceptable, responsible quoter. To be technically acceptable, the items being quoted must meet or exceed the salient characteristics listed in the requirements below. (a) Requirement. The Department of Homeland Security has a requirement for an analytic tool for scheduled flight data so that I&A analysts can track trends and changes in commercial airline schedules, routes, frequencies and capacity for the past twelve (12) months. 1.0 BACKGROUND: The mission of the Office of Intelligence & Analysis Homeland Counterterrorism Division's Terrorist Travel and Immigration Branch (TTISB) includes analyzing valid and complete airline scheduled flights to identify trends and patterns related to aviation security and the DHS counterterrorism mission. To that end, the TTISB requires a commercial off-the-shelf (COTS) software tool (one user). The COTS software tool will provide all worldwide air travel schedules and the functionality to customize queries so as to facilitate the analysis of these data to make them relevant to the DHS aviation security and counterterrorism mission. 2.0 OBJECTIVE: Intelligence and Analysis's (I&A) objective is to obtain an analytic software tool for scheduled flight data so that I&A analysts can track trends and changes in commercial airline schedules, routes, frequencies and capacity for the current month beginning February 2012, eleven months in the future, and thirteen months historical. 3.0 PLACE OF PERFORMANCE: (N/A) 4.0 PERIOD OF PERFORMANCE: The period of performance will start on or about 28 February, 2012 with the base period of performance for twelve (12) months and two (2) one-year option periods thereafter: Base Year: 28 February 2012 - 27 February 2013 Option 1: 28 February 2013 - 27 February 2014 Option 2: 28 February 2014 - 27 February 2015 Note: These dates are only estimates. The base year period of performance will start at the date of award. 5.0 SCOPE OF WORK: The contractor shall provide historical scheduled flight data refreshed online or on CD as well as analytic tools to process the data and draw conclusions relevant to I&A's mission. The flight data must be user friendly and designed to allow users to manipulate the scheduled flight data and easily draw conclusions from an analytic platform. The contractor will provide an online or CD flight data subscription that is all inclusive of the following: 5.1. Includes software and data with monthly CD updates for one user 5.2. Includes a custom search with the flexibility to include search criteria for the available fields in the data set. 5.3. Includes commercially reasonable efforts via extensive quality control procedures to verify the accuracy of the data received from the airline supplying the information before the data are published in the database. 5.4. Includes a tool that is able to display only one record for a code share flight, but retains the capability to see the other flight numbers if the user chooses to do so. 5.5. Includes commercially reasonable efforts used via extensive quality control procedures to verify the accuracy of airline names and codes and airport codes, as well as the completeness of airlines included in the database, including new and low volume foreign airlines. 5.6. Includes a tool that allows scheduled flight data to be pulled by day, by week, by month, and by year. 5.7. Includes real-time customer support during business hours and therefore requires multiple fallback levels of customer support. 5.8. Includes user guide or help functionality for the software tool to enable self-education on the tool's functionality and resolve technical problems if an issue occurs when customer support is unavailable. 5.9. Includes an export capability into Excel format 5.10. Includes providing data at the date of delivery in order for the Government to support a mission critical initiative. In light of this short time frame, the Government does not require software to be authorized for use on DHS computers, as the Government maintains a standalone computer with no software restrictions on which data can be uploaded by CD. 5.11. Includes historical scheduled flight data for the current month beginning (28 February 2012), eleven months in the future (data through 27 January 2013), and thirteen months of historical data (28 February 2012 - 27 January 2011). 5.12. Provide a monthly update, with the first update starting March 2012 The updates will include the month the updated data are delivered, eleven (11) months in the future from the date that data are updated, and thirteen (13) months historical data from the date the data are updated. 5.13. Includes publicly available training schedule from the source company on how to use the tool. 6.0 DELIVERABLES 6.1. Scheduled flight data and analytic tool on CD due at contract award 6.2. Monthly scheduled flight data updates on CD are due in the first five days of each month 6.3. User Guide due 24 hours after contract award 6.4. List of publicly available training and an outline of the training that is available 30 days after contract award 6.5. All invoices will be submitted to the designated Contracting Officer Technical Representative (COTR) by the 15th of each month. Invoicing information will be provided upon contract award. 7.0 WARRANTY AVAILABILITY 7.1. No warranty is known to be available for this type of software, although the Government does require customer support in the event that issues with the software emerge. 8.0 OTHER CONSIDERATIONS 8.1. All data received on a CD must meet the mandatory requirements and would be authorized for use on the Government's standalone computer. 8.2. All data versions must be compatible with Windows XP and newer operating systems 8.3. Shipping and Handling will be charged separately for monthly CD updates. 9.0 SECURITY INSTRUCTIONS (N/A) 10.0 GOVERNMENT-FURISHED INFORMATION (GFI) (N/A) 11.0 DUTY HOURS (N/A) 12.0 DELIVERY All delivery items must be shipped to the following address: Department of Homeland Security 245 Murray Lane, SW Building 410 Washington, DC 20528 A point of contact will be provided upon award. (b) Submission of Quotes. Quotes must provide a price quote for all items and contain product specifications addressing the required salient characteristics. The price quote must utilize the following format: CLIN 0001: Base Year - Software CD: Period of Performance: NA - One time deliverable Unit Price _______ Total Price____________ CLIN 0002: Base Year - Monthly Data Update Period of Performance: 2/28/2012-2/27/2013 Unit Price _______ Total Price____________ CLIN 0003: Base Year - Shipping/Delivery Period of Performance: 2/28/2012-2/27/2013 Unit Price _______ Total Price____________ CLIN 1002: Option Year 1 - Monthly Data Update Period of Performance: 2/28/2013-2/27/2014 Unit Price _______ Total Price____________ CLIN 1003: Option Year 1 - Shipping/Delivery Period of Performance: 2/28/2013-2/27/2014 Unit Price _______ Total Price____________ CLIN 2002: Option Year 2 - Monthly Data Update Period of Performance: 2/28/2014-2/27/2015 Unit Price _______ Total Price____________ CLIN 2003: Option Year 2 - Shipping/Delivery Period of Performance: 2/28/2014-2/27/2015 Unit Price _______ Total Price____________ TOTAL PRICE Including Option Years: ___________________ Submit signed and dated quotes no later than 27 February 2012, 10:00 AM Eastern Standard Time (EST).Quotes must be e-mailed to Laura.Harris@dhs.gov and Chiara.Best@dhs.gov or faxed to 202-447-5564 Attn: Chiara Best. E-mail is the preferred method. Please be advised that the Government will treat proposals received after the deadline as late in accordance with FAR 52.212-1(f). Quotes submitted orally will not be accepted. The quoter must include discount terms, delivery date, tax identification number, cage code, and DUNS number. To be eligible to receive an award resulting from this RFQ, quoters must be registered in the Central Contractor Registration (CCR) database. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Quoters must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. Quotes should also include the following: (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotes; (3) The name, address, and telephone number of the quoter; (4) Provide the unit price and total price for each of the CLINS identified above; (5) Demonstrated commitment to meet the delivery schedule; (6) Terms of any express warranty; (7) Price and any discount terms; (8) "Remit to" address, if different than mailing address; (9) A completed copy of the representations and certifications at FAR 52.212-3, downloaded from web site http://orca.bpn.gov; (10) Acknowledgment of Solicitation Amendments (if applicable); (11). Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitations. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitations may be excluded from consideration. (c.) Period for Acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in the solicitation. (d.) Late Submissions, Modifications, Revisions, and Withdrawals of Quotes. (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes or revisions are due. (2)(i) Any quote, modification, revision, or withdrawal of an quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of quotes; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotes and was under the Government's control prior to the time set for receipt of quotes; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful quote, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the quote wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Quotes may be withdrawn by written notice received at any time before the exact time set for receipt of quotes. Oral quotes in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotes, quotes may be withdrawn via facsimile received at any time before the exact time set for receipt of quotes, subject to the conditions specified in the solicitation concerning facsimile quotes. A quote may be withdrawn in person by a quoter or its authorized representative if, before the exact time set for receipt of quotes, the identity of the person requesting withdrawal is established and the person signs a receipt for the quote. (e.) Contract award The Government intends to evaluate quotes and award a contract without discussions with quoters. Therefore, the quoter's initial quote should contain the quoter's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in quotes received. (f.) Data Universal Numbering System (DUNS) Number. The quoter shall enter, in the block with its name and address on the cover page of its quote, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the quoter's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same parent concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.dnb.com. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. (g.) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an quote, the quoter acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the quoter does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered quoter. Quoters may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (h.) Debriefing. If a post-award debriefing is given to requesting quoter, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed quoter's quote. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed quoter and past performance information on the debriefed quoter. (3) The overall ranking of all quoters, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful quoter. (6) Reasonable responses to relevant questions posed by the debriefed quoter as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (i) Provisions and Clauses. The following clauses apply to this solicitation. They can be found at https://www.acquisition.gov/far/. 52.212-1. Instructions to Quoters - Commercial Items. 52.212-2 Evaluation of Commercial Items, 52.212-3, Quoter Representation and Certifications Commercial Items. 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The contractor shall comply with the following FAR clauses, which are incorporated in contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.219-6, Notice of Total Small Business Set Aside; (2) 52.222-3, Convict Labor; (3) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (4) 52.222-21, Prohibition of Segregated Facilities; (5) 52.222- 26, Equal Opportunity; (6) 52.222-35, Equal Opportunity for Special Disabled Veterans,Veterans of the Vietnam Era, and Other Eligible Veterans; (7) 52.222-36, Affirmative Action for Workers with Disabilities; (8) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (9) 52.225-3, Buy American Act Supplies; (10) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; (11) 52.247- 34, FOB Destination. The contractor's must be registered in the Central Contractor Registration (CCR) prior to receiving and contract award. The contractor can register in the CCR at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-12-P-00052/listing.html)
 
Record
SN02679836-W 20120223/120221235204-f51adf6819590c9659e1015fe689ab16 (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.