Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

70 -- Prognosis Monitoring Solution for VTC Systems - Package #1

Notice Date
7/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223, United States
 
ZIP Code
20223
 
Solicitation Number
HSSS01-15-Q-0202
 
Archive Date
8/20/2015
 
Point of Contact
David Leonard,
 
E-Mail Address
david.leonard@usss.dhs.gov
(david.leonard@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire Provisions and Clauses Price Spreadsheet Statement of Work 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. Quotes are being requested for submission, and a written solicitation will not be issued. Synopsis/solicitation number HSSS01-15-Q-0202 is issued as a Request for Quotes (RFQ) as a Small Business set-aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective July 02, 2015. The North American Industry Classification System code (NAICS) is 517911, Telecommunications Resellers. The Product Service Code (PSC) is 7030, ADP Software. The government requires Prognosis brand name software that is manufactured by Integrated Research, in addition to supporting hardware, installation, integration, and maintenance service. The government will only accept quotes for the specific software brand name product that is identified in this solicitation; however, any hardware product that meets the specifications outlined in the attached Statement of Work (SOW) may be quoted (refer to RFQ attachment 1). The Government intends to award a single, fixed-price contract as a result of this solicitation. The anticipated period of performance will be 15 months which are comprised of a 3-month installation phase followed by a 12 month maintenance phase. Award will be made to the offeror whose quote is the lowest priced, technically acceptable. Technical acceptability will be determined based on offerors' ability to meet the technical requirements of the SOW and the delivery schedules for installation, integration, and maintenance. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. By submitting a response to this solicitation, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. This Solicitation is comprised of: I. FORMAT AND SUBMISSION OF QUOTE II. PROVISIONS AND CLAUSES III. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF QUOTE Part A. Technical Solution: Offerors must provide documentation that details their technical solution for all SOW requirements. Offerors should indicate any discount pricing for quantities ordered. Technical sections should not include any price data and must be limited to 10 pages. All information must be submitted electronically in either Microsoft Office or Adobe format. Pricing: Offerors must complete the attached spread sheet and return a copy with their quote, in addition to any pricing information that the offeror may wish to submit (see attachment 2). The Secret Service has identified brand name products as capable of fulfilling the server requirement but Offerors may propose alternate items that meet the form, fit, and function of the server hardware identified in the SOW. Offerors must comply with the requirements of 52.211-6 and provide sufficient detail to indicate how any proposed alternate servers meet RFQ requirements. Part B. Offerors shall provide: 1) Name, title, telephone number, fax number, and email address of their point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. By submitting a quote, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then provide a statement as such and it will be verified. (Provision included in full text within attachment) 5) Relevant Past Performance Offerors must provide three examples and references for relevant past performance within the last 5 years. Past performance examples should be similar in size and scope when compared to the current requirement. It is requested that the offeror provide the attached Past Performance Questionnaire (attachment 4) to three references, who should in turn submit the surveys directly to the contract specialist via email at david.leonard@usss.dhs.gov. The government will evaluate the submitted information but also reserves the right to evaluate information found in the Past Performance Information Retrieval System (PPIRS), Federal Awardee Procurement Integrity Information System (FAPIIS), or any other means available to the government for the purposes of evaluating past performance. Note that direct experience with contract efforts that are similar in scope should yield satisfactory ratings for this factor. If an offeror does not possess direct experience that is relevant to this RFQ, then they cannot be rated favorably or unfavorably for this factor. The government will evaluate an offerors past performance based on both recentness and relevance. Part C. Following receipt of the information listed in Part B above, the government will evaluate all submitted information and make an award based on the lowest priced technically acceptable offer that is received in response to the solicitation. In the case where Offerors provide tiered unit pricing that decreases as the quantity ordered increases, lowest priced offeror will be determined based on the maximum quantity that is outlined for each option year within the attached spread sheet. An award notification will be emailed directly to all interested parties. All quote materials must be submitted to David Leonard via email at david.leonard@usss.dhs.gov. Hard copy or faxed quotes shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. PROVISIONS AND CLAUSES See attachment 3 entitled, "RFQ HSSS01-15-Q-0202 - Attachment 3 - Provisions and Clauses" under "packages" within FBO. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. ADDITIONAL INFORMATION FOR OFFERORS All quotes and questions regarding the solicitation must be emailed to the contract specialist, Mr. David Leonard at David.Leonard@ usss.dhs.gov no later than the date specified in this solicitation. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-15-Q-0202/listing.html)
 
Place of Performance
Address: Washington DC Metro Area, United States
 
Record
SN03796526-W 20150716/150714235715-ac77aed21a2f7b4eb9c021e8aef346ba (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.