Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2005 FBO #1172
SOLICITATION NOTICE

70 -- Automated Performance Managment (e-Performance) System

Notice Date
2/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
DHS-05-00418
 
Response Due
2/22/2005
 
Archive Date
3/9/2005
 
Description
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 acquisition is conducted under simplified acquisition procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this effort is DHS-05-00418. This requirement is issued as a Request for Proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Acquisition Circular 2001-24. This solicitation is a Full and Open Competition procurement under North American Classification Code 511210 ?Software Publisher?. The applicable size standard is $21 million. The solicitation will be available online and will be distributed solely through the General Services Administration?s Federal Business Opportunities (FBO) website http://www.fedbizopps.gov. Hard copies of the combined synopsis/solicitation will not be available. All future information about this acquisition, including solicitation amendments, will be distributed solely through the FBO site. Interested parties are responsible for monitoring the FBO site to ensure that they have the most up-to-date information about this acquisition. All responsible sources may submit a proposal that shall be considered. Offers are due by 12:00 Noon EST on Tuesday, February22, 2005. Proposals must be submitted both electronically and in hard copy format. The Offeror shall submit the original proposal and 1 hard copy to the following address: Internal Revenue Service Office of Procurement, OS:A:P:C:M Attn: Harold Groves, Contract Specialist 6009 Oxon Hill Road Oxon Hill, MD 20745 Proposals submitted after the date and time designated above will not be accepted or considered for evaluation. An electronic copy of proposals shall be submitted in either Microsoft Word format or in PDF format attached to an email sent to: Harold.C.Groves@irs.gov. The Department of Homeland Security is interested in acquiring a commercial off the shelf automated performance management (e-performance) software system. As such, the system should require little, or no, customizations. The government is not interested in having any product built or ?ramped up? to meet the technical and functional requirements identified in the attached solicitation document. The system is for use by the Department of Homeland Security. The Government contemplates award of a firm fixed price contract resulting from this solicitation. Each offer submitted should contain the offeror?s best terms from a cost/price and technical standpoint, as contract award may be based on initial offers received, without discussions. The contract duration consists of a base period (one year), and two (2) one-year option periods, with the total contract duration consisting of 3 years. In order for an offer to be considered ?acceptable? under this solicitation offerors must provide pricing for the base year and all option years. Definition of terms: the Base Year is the period of one year from the date of contract award through twelve (12) months. Option year One is the period of one year to run in succession to the Base Year. Option Year Two is the period of one year to run in succession to Option Year One. All offerors wishing to submit proposals are required to be registered in the Central Contractors Registration (CCR). If not already registered, vendors should register immediately with CCR by calling 1-888-227-2423, or via the internet at http://www.ccr.gov. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Failure to register may make an offeror ineligible for award. An offeror can receive a DUNS number by calling 1-800-333-0505. The Performance Management System/e-performance system will provide managers the required tools to lead managers and employees through the performance management process, including goal-setting, tracking and monitoring, evaluating, developing, and rewarding performance. The ePerformance application shall provide an industry-standard, web-based graphical user interface (GUI) that adheres to the DHS Technical Reference Model and section 508 of the Rehabilitation Act Amendments of 1998-36 CFR 1194. The e-Performance application shall be supportable by competent, in-house e-Performance application implementers and related database administrators during the term of the contract execution period. The ePerformance application shall provide the ability for secure, remote access by DHS staff in the field (i.e. web based access). The Place of Performance- Address: Department of Homeland Security Office of Chief Human Capital Officer 1201 New York Avenue, NW Suite 1300 Washington, DC 20005. The provisions at 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. The simplified acquisition procedures of FAR 13 apply to this acquisition. The following FAR clauses below apply to this solicitation. In addition, all the additional/applicable clauses/ provisions and the contract terms and conditions located in the attached solicitation document apply to this solicitation.. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000). 52.212-2 Evaluation-Commercial Items- The evaluation criteria for this solicitation is as follows: experience and past performance, technical capability, functional capability and price. The government will ultimately award a contract based on a ?best value? approach. That is, all factors listed above will be evaluated, and ultimately the product that demonstrates the ?best value? to the government will be selected for award. All relevant information regarding proposal preparation and submission is included in the attached solicitation document. If there are any questions regarding this notice, the Government will attempt to respond timely, however, the Government is not obligated to respond to vendor questions and unless explicitly stated by the Contracting Officer, responses to vendor questions will not change the due date for submission of proposals. All questions regarding this notice must be submitted via email to Harold.C.Groves and received by 3:00 p.m. EST, Friday, February 11, 2005. Offerors are required to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAY 2002), with Alt 1 included. Point of Contact: Harold Groves Contract Specialist Internal Revenue Service 6009 Oxon Hill Road, Suite 500 Oxon Hill, MD 20745
 
Place of Performance
Address: Department Of Homeland Security, Office of the Chief Human Capital Officer, 1201 New York Avenue, NW Suite 1300, Washington DC
Zip Code: 20005
Country: USA
 
Record
SN00747785-W 20050210/050208212522 (fbodaily.com)
 
Source
FedBizOpps.gov 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.