SOLICITATION NOTICE
70 -- provide Platinum Maintenance Document Service for Adobe Life Cycle Designer 7 Reader Extension WIN, 100-499 Forms
- Notice Date
- 7/28/2008
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- RUAS-08-00071
- Response Due
- 8/1/2008 2:00:00 PM
- Archive Date
- 8/16/2008
- Point of Contact
- Frank A Rumph,, Phone: 202-447-5588, Johnnie Lewis-Banks,, Phone: 202.477.5583
- E-Mail Address
-
frank.rumph@hq.dhs.gov, Johnnie.Lewis-Banks@dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Description (i) 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government intends to award a Firm-Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is RUAS-08-00071. This requirement is issued as a Request for Quote (RFQ) (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. (iv) This solicitation is set aside for small business. The associated North American Industry Classification System (NAICS) code is 541519, and the Small Business size standard is $23,000,000 (v) The Contract Line Item Numbers, Items, Quantities, and Units of Measure are: CLIN 0001 – The Contractor shall provide Platinum Maintenance Document Service for Adobe Life Cycle Designer 7 Reader Extension WIN, 100-499 Forms. QTY: 1UNIT OF ISSUE: YRUNIT PRICE: $_______TOTAL: $ ________ CLIN 1001 –. The Contractor shall provide Platinum Maintenance Document Service for Adobe Life Cycle Designer 7 (or later version) Reader Extension WIN, 100-499 Forms. (OPTION Year I) QTY: 1UNIT OF ISSUE: YRUNIT PRICE: $_______TOTAL: $ ________ CLIN 2001 –. The Contractor shall provide Platinum Maintenance Document Service for Adobe Life Cycle Designer 7 (or later version) Reader Extension WIN, 100-499 Forms. (OPTION Year II) QTY: 1UNIT OF ISSUE: YRUNIT PRICE: $_______TOTAL: $ ________ CLIN 3001 –. The Contractor shall provide Platinum Maintenance Document Service for Adobe Life Cycle Designer 7 (or later version) Reader Extension WIN, 100-499 Forms. (OPTION Year III) QTY: 1UNIT OF ISSUE: YRUNIT PRICE: $_______TOTAL: $ ________ CLIN 4001 –. The Contractor shall provide Platinum Maintenance Document Service for Adobe Life Cycle Designer 7 (or later version) Reader Extension WIN, 100-499 Forms. (OPTION Year IV) QTY: 1UNIT OF ISSUE: YRUNIT PRICE: $_______TOTAL: $ ________ The anticipated date for contract award is August 5, 2008. (vi) The contract shall provide Platinum Maintenance Document Service for Adobe Life Cycle Designer 7 Reader Extension WIN, 100-499 Forms. (vii) Delivery and acceptance shall be at DHS facility located at 301 7th Street, SW, Washington, DC 20407-0001. FOB Destination (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Technical Capability, Past Performance, and Price. (x) 52.212-3 Offeror Representations and Certifications—Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the due date. (xi) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government – Alt. I (OCT 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (MAY 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (Jun 2008); 52.217-5 Evaluation of Options (JUL 1990), 52.217-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); (xiii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (APR 2008); HSAR 3052.209-70 Prohibition on contracts with corporate expatriates; 3052.242-72 Contracting Officer’s Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM (xiv) Rating under the Defense Priorities and Allocations System (DPAS) – N/A. (xv) Offers are due no later than August 1, 2008– 2:00 Noon EST and must be submitted electronically (via email) to the individuals noted in section “xvi”. A separate solicitation document is not available. (xvi) For more information regarding this solicitation please contact Frank L. Rumph, Contract Specialist, (202) 447-5588 / Frank.Rumph@dhs.gov or Johnnie Lewis-Banks, Contracting Officer at (202) 447-5583 / Johnnie.Lewis-Banks@dhs.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ca82029d751b60d42d91349e9cc4c7a6&tab=core&_cview=1)
- Place of Performance
- Address: Department of Homeland Security, Washington, District of Columbia, 20407, United States
- Zip Code: 20407
- Zip Code: 20407
- Record
- SN01625044-W 20080730/080728223926-ca82029d751b60d42d91349e9cc4c7a6 (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 |