SOLICITATION NOTICE
70 -- Software
- Notice Date
- 7/23/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
- ZIP Code
- 20535
- Solicitation Number
- RFQ20090234461
- Archive Date
- 8/18/2009
- Point of Contact
- Catherine A. Markardt, Phone: 703-814-4917
- E-Mail Address
-
catherine.markardt@ic.fbi.gov
(catherine.markardt@ic.fbi.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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 Request for Quote (RFQ) number is RFQ 2009/0234461. All future information about this RFQ including amendments will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this RFQ. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size $ 25 million; refer to www.sba.gov/size for further information. This requirement is a 100% small business set-aside. The resultant contract will be a firm-fixed price contract. The requirement is for the following BDNA software: 300 each - BDNA Insight Software to include one year software maintenance; 2 each - BDNA Core and Technical Essentials Training Class; 1 each - 10 Day On site Service Package - training should include all applicable travel related costs. All travel will be in accordance to the Federal Travel Regulations with no mark up for profit or overhead, and should be reflected in quote. The contractor shall identify in their RFQ response of any information technology system needed to support this requirement, if applicable. Specific questions regarding this process can be made to the Security Division, Ms. Joann Saunders at 202-324-9230 as to the required certification and accreditation process. The contractor shall provide confirmation that it is Section 508 compliant. Quote shall include all costs to the Arlington, VA 22202 area. All deliveries under this requirement will be FOB destination. Any additional charges should be listed as a separate line item. Delivery: 60 days after receipt of award or sooner. Inspection and acceptance will take place at delivery location. Submit quotes electronically to Catherine.markardt@ic.fbi.gov on or before August 5, 2009, 10:00am (Eastern Daylight Time). Responses must be marked as follows: "RFQ 2009/0234461." Quotes shall include a point of contact, contact information, past performance information, and contractor's DUN's and TIN numbers. Questions may be submitted to Catherine.markardt@ic.fbi.gov. Telephone calls will not be accepted. This RFQ incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation (FAR) Circular 2005-35 by reference, the full text of FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors; FAR 52.212-2, Evaluation - Commercial Items - Award will be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, price, delivery and past performance. The offeror shall provide at least two (2) points of contact of companies, other Government entities, etc that have utilized same or similar services. Please ensure correct contact information. Brand name only will be accepted due to considerations and market research by Government experts in this field. The Government reserves the right to award without discussions; Section 508 compliant; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items are incorporated. Contractors may submit their online Representations and Certifications Application (ORCA) at the following site http://orca.bpn.gov; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items, apply to this solicitation. The following additional clauses under FAR 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Actions for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-34 Payment by Electronic Funds Transfer. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far Central Contractor Registration. - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following are the required security related restrictions - Access to Federal Bureau of Investigation (FBI) Locations Performance under this contract may require access to FBI locations to provide some service, product, or perform some other official function of interest to the FBI. Requirements, as identified below, to include approval by the FBI's Security Division, must be satisfied prior to access. Contractors who will require escorted access, to include short-term, intermittent, or infrequent access, to an FBI facility must complete an "Access of Non-FBI Personnel to FBI Facilities, Background Data Information Form," (FD 816), a "Privacy Act of 1974 Acknowledgment Form" (FD 484) and two Fingerprint Cards (FD 258). Completed forms should be provided to the assigned Contracting Officer's Technical Representative (COTR) at least 10 days prior to required access. Individuals requiring unescorted access to an FBI facility must complete the Standard Form 86 (SF-86), Questionnaire for National Security Positions, using the Office of Personnel Management's Electronic Questionnaires for Investigations Processing (e-QIP) and provide two Fingerprint Cards (FD 258). e-QIP is a secure website that can be accessed from any computer system which has an Internet connection. Only the signed release forms and FD 258 will need to be mailed to the identified Chief Security Officer, the SF-86 itself will be transmitted to the FBI electronically. To complete the SF-86 using e-QIP, the individual requiring unescorted access to the FBI facility must contact (insert Chief Security Officer, Division, and telephone number) in order to be initiated into e-QIP. Once this action has been accomplished, the individual should be able to access e-QIP at the following link in order to initiate and complete the electronic process: http://www.opm.gov/e-qip/browser-check.asp. Thoroughly read and follow the instructions for completing the SF-86. NOTE: To fully address suitability/security issues, the FBI requires individuals to provide responses to questions on the SF-86 for the last ten years. Failure to complete the application as instructed may lead to significant delays in processing the required investigation and approval for unescorted access. Upon logging onto e-QIP, there will be a prompt to answer three "Golden" security questions to establish the user account. After completing the electronic SF-86, please print and sign the (1) Certification Form (CER) - Certify Completeness and Accuracy of your Investigation Request; (2) Medical Release Form (MEL) - Authorization for Release of Medical Information; and (3) Release Form (REL) - Authorization for Release of Information. In addition to these SF 86 release forms, the completion of a Non-Personnel Consent to Release Information (FD-979a), the United States Department of Justice Disclosure and Authorization Pertaining to Consumer Reports (DOJ 555) are required. Annotation of the assigned e-QIP Investigation Request Number on the upper right corner of each document transmitted to the identified Chief Security Officer is required for coordination with the electronic transmission and to facilitate the investigative process. The e-QIP Investigation Request Number, automatically generated by e-QIP, is located on both the header and footer of the signature forms. These release forms (five total) and FD 258 should be mailed via Federal Express or UPS Express mail directly to the following address: (insert name and address of Chief Security Officer). The use of regular U.S. mail channels may cause significant delays in processing the unescorted access request. Upon completion of processing the facility access request, the individual will be required to execute a non-disclosure agreement suitable for their approved access. All Contractor employees may undergo a background investigation, the scope of which will be determined by the FBI, and may require a polygraph examination, before access to the FBI facility will be permitted. The FBI will have full and complete control over granting, denying, withholding or terminating access for contractor employees. At the discretion of the FBI, Contractor personnel may be interviewed by the FBI regarding foreign travel, associates, residences or other matters of concern to the FBI in deciding whether to grant access to its facilities or property. Refusal or failure to accurately complete the required forms, to be interviewed, etc. to resolve any questionable matters will be deemed reasonable cause for denial of access to FBI facilities. If for any reason a Contractor employee is denied access to any FBI facility, the FBI will not disclose to the Contractor the reason for denial, nor will the FBI be liable for any expense in the replacement of the individual or any costs incurred by the Contractor as a result of such denial. The FBI reserves the right to revoke any Contractor's employee access to its facilities or property where such access is no longer clearly consistent with the FBI's mission and responsibilities. The Contractor agrees to immediately remove that individual from the FBI facility in such circumstances. In cases of access revocation, the FBI will inform the individual of the basis for the revocation unless to do so would reveal classified or sensitive information, and give the individual an opportunity to explain, rebut or refute such basis in writing. Access will remain revoked pending prompt review of any such submission by the individual. 2) Access to FBI facilities, if required, is subject to specific security requirements, which must be satisfied prior to access. The FBI will furnish badges authorizing escorted or unescorted access to FBI facilities, if required. Badges will be kept at a location to be determined by the FBI and shall be picked up upon arrival at FBI premises by the Contractor employees granted access. Badges shall be worn at all times on the upper part of the body so as to be clearly visible and will be returned to the FBI whenever the wearer leaves FBI premises for any reason or any length of time. 3) Any information technology system utilized to support unclassified contract performance, if applicable, shall be operated in accordance with FBI certification and accreditation policies and procedures. The contractor shall identify in their RFQ response of any information technology system needed to support this requirement, if applicable. Specific questions regarding this process can be made to the Security Division, Ms. Joann Saunders at 202-324-9230 as to the required certification and accreditation process.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ20090234461/listing.html)
- Place of Performance
- Address: Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN01885474-W 20090725/090724000519-0c097d7832740a6718914da0690600a5 (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 |