Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2008 FBO #2305
SOLICITATION NOTICE

D -- FEMA ICM SOFTWARE MAINTENANCE AND SUBSCRIPTION

Notice Date
3/17/2008
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSFEMW-08-R-0008
 
Response Due
3/27/2008
 
Archive Date
4/11/2008
 
Point of Contact
Deborah Foster, Contract Specialist, Phone (540) 542-2687, Fax (540) 542-2632, - Sandra Nixon, Contract Specialist, Phone (540) 542-2303, Fax (540) 542-2632
 
E-Mail Address
deborah.foster@dhs.gov, sandra.nixon@dhs.gov
 
Description
This is a combined synopsis/solicitation for commercial services 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; offers are being requested and a written solicitation will not be issued. Request for Proposal (RFP) #HSFEMW-08-R-0008, is for the purchase of software maintenance and monitoring services for Federal Emergency Management Agency?s (FEMA) Cisco Intelligent Contact Manager system. The Statement of Work and Price Schedule may be requested via e-mail to deborah.foster@dhs.gov. The period of performance will consist of a base period (ending 11/30/2008) and two option-year periods. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-24, dated 2/28/2008. This procurement is not a small business set-aside. The NAICS code is 541511. It is anticipated that only one award will result from this solicitation via the issuance of a Contract for commercial services. Only Cisco-certified Advance Technology Partner?s will be considered for award. The provision at FAR 52.212-1, Instructions to Offerors?Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation?Commercial Items, applies to this acquisition. Award will be made based on a lowest price technically acceptable source selection process. The evaluation factors that establish the requirements of acceptability are as set forth below. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical proposal information will be streamlined and limited to ten pages. Technical and price proposals shall be separate documents and the technical proposal must not contain any reference to price. Technical Proposal: The acceptability criteria factors listed below will be evaluated for acceptability but not ranked using the non-cost/price factors. 1. TECHNICAL: The offeror must demonstrate that they are a Cisco-certified Advanced Technology Partner. 2. DRAFT MATRIX: Offeror shall provide a draft matrix that includes a description of the event, priorities and urgencies, response times and resolution. 3. DRAFT QUALITY CONTROL PLAN: Offeror shall submit a draft quality control plan. The draft quality control plan shall demonstrate a good understanding of the system and have sufficient controls and mechanisms in place for successful monitoring of the system and communication with FEMA. 4. PAST PERFORMANCE: Offerors shall provide recent past performance examples that reflect similar aspects of the subject scope of work. Past Performance is considered important in order to verify Contractors? demonstrated ability to manage projects with the same or similar characteristics as contemplated under the SOW. Contractors must submit a minimum of three references of firms for whom they have provided recent services similar in scope, size, and complexity. These references must include a point of contact and valid telephone number. Price Proposal: COST: Offeror shall propose firm-fixed pricing to provide services as outlined in the SOW. Price proposals will be evaluated for price realism and reasonableness. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with their response [paragraph (1) if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov; if the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of this provision]. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. (NOTE: All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far.) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition and the following additional FAR clauses apply: 52.203-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33. Written responses to this RFP must be received no later than 3:00 PM/EDST, 04/10/2008 and shall be addressed to Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, ATTN: Debi Foster/Bldg. 413 or sent electronically to deborah.foster@dhs.gov (electronic is preferred). Technical questions must be received no later than five business days following publication of this notice and emailed to Ms. Foster at deborah.foster@dhs.gov or faxed to 540/542-2632. Amendments to this RFP will be published in the same manner as the initial synopsis/solicitation.
 
Record
SN01533961-W 20080319/080317223416 (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.