Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

99 -- COBRA LICENSE

Notice Date
4/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
RFQ0736122347
 
Archive Date
5/12/2012
 
Point of Contact
Jerry Varnell, Phone: (703) 632-7500
 
E-Mail Address
jerry.varnell@ic.fbi.gov
(jerry.varnell@ic.fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. The Request for Quote number is RFQ0736122347 and is being conducted as a 100% small business set aside. The NAICS Code for this requirement is 518210 - Data Processing, Hosting, and related services; the size standard is 750 employees. The resultant contract will be a firm-fixed price contract. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-57. This requirement will be awarded on an all or none basis as a commercial item, fixed price purchase order under the procedures at FAR Parts 12 and 13. The Federal Bureau of Investigation requires the following products, Purchase Description Determined by Line Item, to the following: Line 001, Renewal of Existing CoBRA License Small Enterprise Edition (Web and CoBRA Client), 50, EA; Line 002, Web CoBRA Map Add-on (license and annual support), 50, EA; Line 003, CoBRA Training, 1 day (8 hours), onsite, 1, EA. Minimum Salient Technical Requirements: HazMat Decision Making Tool Software/Web Application Specifications: • The product shall provide critical resources and capabilities needed during any emergency response. The tools, databases, checklists, and incident reporting capabilities that are embedded in the software system facilitate and speed up the coordination of response for large-scale incidents by any responder including fire, hazmat, law enforcement, emergency medical, bomb response and other public safety personnel; The software shall include: • Tools and Searchable Databases: o Software databases provide response, safety, first aid, and protection information on chemical, biological, radiological and explosives threats; • SOPs and Checklists: o SOPs and Checklists address areas that include hazardous threat response, evidence collection and investigative procedures. Developed in consultation with a number of recognized international authorities in the field, these documents can be modified and adapted to suit a specific organization or department; • Guides: o Software Guides provide informational planning and response resources from a variety of accredited government, military and commercial sources. Examples include the NIOSH Pocket Guide and the Jane's Chem-Bio Handbook; • Electronic Form Tool: o The Electronic Form Tool provides the ability to complete standard format reports, such as ICS forms that are pre-loaded in the Software, quickly with electronic submission to headquarters; • Incident Reporting: o The incident reporting function records all user actions, including miscellaneous entries, in a current status log with a time and date stamp. The Software conveniently wraps this log with any attached images, forms and other accessed information into an incident report that can be sent wirelessly to disseminate critical information in all directions during an incident; • Administrator Tool: o The Software Administrator Tool allows each department to input its own plans, checklists, maps, MSDS, and other local data; • Small Enterprise Edition: o The Software shall offer a Small Enterprise Edition (WEB based) that is a cloud based solution that can be accessed from any internet connected laptop, iPad or Smartphone (iPhone, Droid, Blackberry); • Web Software: o Offers Software as a Service (SaaS) format of software tools; o Web versions of common software tools; o Chem-Bio Tools; o Radiological Tools; o Explosives Tools; o Mapping; o Incident Reports; o Command Board and Collaboration Tools; o Can be accessed from any Internet Browser, requires no software loaded on client; • Web Software must allow you to: o Synchronize your software clients (laptops) so that all incidents and data within incidents are shared & response activities are collaborative. Laptops can drop off line and re-connect without losing any data, since data in sync'd locally to the laptop; o Access the software via the Web in a standard browser like Internet Explorer, Mozilla Firefox, or Google Chrome. This allows users to access software capabilities from machines that do not have software installed on local machine; o Access software via Smartphone's and tablets like Android, iPhone, Windows phone, Blackberry, iPad, and Android tablets. Web software shall have a specially formatted set of web pages that are built to lay out smartly on these devices; o Use software Web Mapping to provide browser-based mapping of all software data. Draw on the map and develop situational awareness and a common operating picture; Web Software Map Add-On: • The Software Web Mapping module shall provide real time situational awareness of all incidents. Multiple users and agencies can collaborate online, including map markups and drawings; • Offered as Software as a Service (SaaS); • Provides Web Based Map of all software data; • Plumes, Explosives, Nuclear threats; • Location of Vehicles and users; • Sensor locations and reading; • Geo-locations Images from on-scene; • Damage reports, Sit Reps; • Command Board, Ticker, and Collaboration Tools; • Checklists, Forms; • Resource Requests; • Can be accessed from any Internet Browser, requires no software loaded on client; • Interoperable with Web software and Client version of software that are connected to internet. CoBRA Training: • The vendor shall provide 1 day of CoBRA training (8 hours) onsite at: FBI ORC, 1000 Falls Run Drive, Fredericksburg, VA. 22406 for approximately 40 - 50 personnel. Delivery of items shall be within 30 days After Receipt of Order (ARO). FOB Destination: FBI ORC, 1000 Falls Run Drive, Fredericksburg, VA 22406. The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to the other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the government by the Contractor. FAR Clauses and Provisions applicable to this acquisition can be obtained from the website, http://www.acqnet.gov. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); 52.212-2, Evaluation - Commercial Items (Jan 1999) - The following factors shall be used to evaluate offers: Low Price Technically Acceptable. 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) (Please note: all offerors and prospective contractors must be registered with the Online Representations and Certifications Applications (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 with their quotation); 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011), applicable clauses under 52.212-5 include: (a); (b); (1); (4); (6); (10); (12); (14) (20); (21); (22); (24); (25); (26); (27); (28); (33); (34); (37); (42). Addendum to 52.212-1, Modify (b) Submission of Offers to read as follows: Quotes shall be submitted by email to Mr. Jerry Varnell, Contract Specialist, Jerry.Varnell@ic.fbi.gov ; no later than April 27, 2012, 10:00 am Eastern Standard Time (EST). Quotes shall be clearly marked RFQ0736122347. Offerors are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. The awardee shall be registered in the Central Contractor Registration databases as required under FAR 52.204-7 (Apr 2008) prior to receiving an award. Information concerning CCR requirements may be accessed at http://www.ccr.gov or by calling the CC Registration Center at 1-888-227-2423.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ0736122347/listing.html)
 
Place of Performance
Address: 1000 Falls Run Drive, Fredericksburg, Virginia, 22406, United States
Zip Code: 22406
 
Record
SN02730097-W 20120426/120424235830-0deb04fb09fe6a4cf0959811121afd76 (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.