SOLICITATION NOTICE
70 -- RFQ-NAS-0036-2007 Software Maintenance for Tetragon (LLC) Intercomm Teleprocessing Monitor Software
- Notice Date
- 10/27/2006
- Notice Type
- Solicitation Notice
- NAICS
- 443120
— Computer and Software Stores
- Contracting Office
- Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First Street, NW, Washington, DC, 20534, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFQ-NAS-0036-2007
- Response Due
- 10/31/2006
- Archive Date
- 11/27/2007
- Description
- RFQ-NAS-0036-2007 ? NAICS Code: 443120. The Federal Bureau of Prisons (BOP) intends to award a sole source contract action to Tetragon Limited Liability Company (LLC) for the acquisition of maintenance services for the Intercomm Teleprocessing Monitor. This is a sole source, combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and the Government does not intend to issue a written solicitation. This solicitation is being issued as Request for Quotation (RFQ) RFQ-NAS-0036-2007. The Provisions and Clauses incorporated are those in effect through Federal Acquisition Circular 2005-12. This will be a firm fixed price contract. The Government intends to negotiate on a sole source basis with Tetragon LLC, 57 Ira Road, Syosset, NY 11791. The requirement is for the support and maintenance of Intercomm software. Services shall include all new software releases, system updates, program temporary fixes, documentation updates related to Intercomm products, toll free hot-line support twenty-four hours per day, seven days per week for senior Intercomm system engineer assistance which is essential to the BOP?s Intercomm Teleprocessing Monitor. The BOP will be awarding a contract in accordance with the Provisions of FAR Part 13.5. The resulting contract will be issued for one year to provide the same software maintenance services required to assure daily operations at the BOP. All responsible sources may submit a quote which will be considered by the agency. The following FAR Clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (SEPT 2005): 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (SEPT 2006); 52.204-7 Central Contractors Registration (JULY 2006 ); 52.232-18 Availability of Funds (APR 1984); FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration (OCT 2003). The following DOJ Order is incorporated in full text: DOJ ORDER 2640.2E, The Department of Justice does not permit the use of Non-U.S. Citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ IT System, unless a waiver has been granted by the Department of Justice Chief Information Officer. By signing this document, or beginning performance, the contactor agrees to this restriction. DOJ Residency Requirement, The residency requirement implemented by the Department of Justice requires that contractors providing services for DOJ components for three to five years immediately prior to applying for a position, must have: 1) Resided in the United States; 2) Worked for the United States overseas in a Federal or Military capacity; or 3) Be a dependent of a Federal or Military employee serving overseas. If the individual is not a U.S. Citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: HTTP://www.opm.gov/employ/html/citizen.HTM. Each quoter shall include a completed copy of the FAR Provisions at 52.212-3, Offeror Representation and Certifications-Commercial Items (JUNE 2006) with their quote. The following FAR Provision is applicable to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items (JAN 2006). All quotes shall be submitted to the address listed no later than October 16, 2006 at 9:00 a.m., EST. All quotes shall be clearly marked with RFQ-NAS-0036-2007. All quoters are hereby notified that if your quote is not received by the date/time and at the location specified in this notice, it will not be considered. The Point of Contact for all information regarding this acquisition is Pat Donahue-Ormandy, Contracting Officer, at the address and phone number listed below. No collect calls will be accepted. No telephone requests or written requests for the solicitation will be accepted. Faith-Based and Community-Based Organizations Faith-Based and Community-Based Organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. DEPARTMENT OF JUSTICE FEDERAL BUREAU OF PRISONS, JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Pursuant to the Federal Acquisition Regulation (FAR) Subparts 6.302-1(a)1 and 6.302-1(a)(2) and the Bureau of Prisons Acquisition Policy Subpart 6.304(b), the Federal Bureau of Prisons (BOP) has determined the use of other than full and open competitive procedures is justified for this procurement action. The following is supporting documentation in accordance with FAR Subpart 6.303-2 (Content).1. Contracting Agency - United States Department of Justice, Federal Bureau of Prisons, Central Office, Administration Division, Acquisitions Branch, National Acquisitions Section. Requiring Office: Information, Policy and Public Affairs Division, Office of Information Systems 2. Description of Action - The Federal Bureau of Prisons, Office of Information Systems has a requirement for software maintenance services for Tetragon Limited Liability Company (LLC) Intercomm Teleprocessing Monitor software. The Intercomm software directs and controls all transactions and terminal access to the BOP SENTRY system. 3. Description of Supplies/Services Required to Meet the Agency?s Needs - Inclusive of the Estimate Value - The BOP requires software maintenance services for the Intercomm Teleprocessing Monitor. The software maintenance services includes: a. All new software releases; b. System updates; c. Program temporary fixes (PTF?s); d. Documenting updates related to Intercomm products; and e. Toll-free hot-line support, twenty-four hours per day, seven days per week for system software assistance. The estimated value of the software maintenance is $104,000.00. 4. Statutory Authority Substantiating this Action - FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements - (1) Citations: 41 U.S.C. 253(c)(1). 5. Reason for Authority Cited - The BOP requires maintenance and support for the Intercom Teleprocessing Monitoring which controls the functions and abilities of the SENTRY system. Intercomm is a mainframe telecommunications transaction processing system, which directs and controls all transactions and terminal access to the BOP SENTRY system. The SENTRY system is an ongoing, steady-state, legacy system with development and enhancements done by BOP staff. SENTRY fully supports the BOP?s business operations, which include inmate population monitoring, sentence monitoring, designations, central inmate monitoring, administrative remedy system, inmate discipline, and financial responsibility. Without the maintenance of the Intercomm Teleprocessing Monitor, online access to the SENTRY database will cease to exist. The agency?s need for the services listed above can only be provided by one source. Tetragon owns the proprietary rights to this software. The services required are not available from an other source. 6. Efforts to Obtain Competition - A pre-solicitation notice will be published in the Federal Business Opportunities website www.fedbizopps.gov which will offer notice of the BOP?s intent to award a contract on a sole source basis to Tetragon LLC and requested quotations from interested parties. 7. Contracting Officer?s Fair and Reasonable Cost Determination-A review of Tetragon LLC?s proposed price was completed by the contracting officer. Based on the submittal from Tetragon and additional market research, it was determined that the quote was based on established market pricing and is acceptable to the Government. In addition, historical data supports the fact that software maintenance fees are generally 15 percent - 25 percent of the current manufacturer?s suggested retail price of the software. In this instance, software and maintenance support are in direct comparison to the percentage. The prices offered by Tetragon Corporation are considered fair and reasonable based on market research, historical data, and previously paid prices. 8. Market Survey - A pre-solicitation notice will be published in the Federal Business Opportunities website www.fedbizopps.gov which will offer notice of the BOP?s intent to award a contract on a sole source basis to Tetragon LLC and requested quotations from interested parties. 9. Other Factors - The maintenance services and support is required to maintain the Intercomm Teleprocessing Monitor which incorporates the SENTRY system. Lack of maintenance for this system would be detrimental to the BOP, as the SENTRY system controls and directs the many phases of transactions and interactions within the BOP concerning inmates. 10. List of Sources - Tetragon Corporation - Tetragon owns the proprietary rights to the Intercomm Teleprocessing Monitor software. 11. Action to be Taken to Promote Future Competition - Not Applicable 12. Technical Certification - I certify that the supporting data under my cognizance which are included in this Justification for Other than Full and Open Competition are accurate and complete to the best of my knowledge and belief, Andrew Ellis, Chief Network Management, Information, Policy & Public Affairs Division. 13. Contracting Officer?s Certification - I hereby certify this request for Justification and Approval of Other Than Full and Open Competition is made in good faith, the supporting data and information are accurate and complete to the best of my knowledge and belief, and I would not be making this request if it were feasible to fully compete this requirement. I further certify that this request is not the result of lack of advance planning or a desire to expend funds while those funds are still available. P. A. Donahue-Ormandy, Contract Specialist; National Acquisitions Section. Concurrence: Jan R. Johns, Chief, National Acquisitions Section; Paul R. Courtney, Branch Chief Acquisitions Branch; 14. Approval: Darlene Ely, Procurement Executive.
- Place of Performance
- Address: 320 First Street, NW, Washington, DC
- Zip Code: 20534
- Country: UNITED STATES
- Zip Code: 20534
- Record
- SN01172002-W 20061029/061027220339 (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 |