Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2010 FBO #3148
MODIFICATION

D -- Electronic Discovery 2.0

Notice Date
7/6/2010
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Securities and Exchange Commission, Office of Acquisitions, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, Virginia, 22312-2413, United States
 
ZIP Code
22312-2413
 
Solicitation Number
SECHQ1-10-Q-0075
 
Point of Contact
Colin D. Simmons, Phone: 2025518634, Vance Cathell, Phone: (202) 551-8385
 
E-Mail Address
simmonsc@sec.gov, cathellv@sec.gov
(simmonsc@sec.gov, cathellv@sec.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The scope of work is to perform design configuration, software enhancements, testing, data and document conversion, production deployment, training, and production support of the SEC electronic Discovery 2.0 (eD 2.0) system in accordance with SEC OIT Life Cycle policy and procedures. The eD 2.0 system will be based on a current commercially released software product that meets all of the SEC’s “must have” requirements. The SEC also has defined “strongly needed” requirements that may or may not be part of current commercially released software, and that the SEC may choose to have the eD 2.0 Contractor develop. Additionally, there are “desirable” requirements that could benefit the SEC, but which are not essential to a successful implementation of the eD 2.0 system. The eD 2.0 system requirements are contained in Attachment 1, eD 2.0 Capabilities Tracker. Request for Quotation (RFQ) number SECHQ1-10-Q-0075 is assigned to this requirement. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-41. This acquisition is not a set-aside. The North American Industry Classification System (NAICS) code is 541519 with a business size standard of 150 employees. The U.S. Securities and Exchange Commission (SEC) intends to award a Firm Fixed Price and Labor Hour contract. All responsible sources may submit a quotation, which if timely received shall be considered by this agency. The government does not intend to pay for any information solicited. The following FAR clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008) – See section L of this solicitation for Instructions, Conditions, and Notices to Offerors; 52.212-2, Evaluation-Commercial Items (Jan 1999) –See Section M of the solicitation for Evaluation of Quotation; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (July 2009) are to be submitted with your offer; 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) - This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Offerors may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/. The following clauses are incorporated by reference (IBR): 52.204-7, Central Contractor Registration (Apr 2008); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders; Commercial Items (Jun 2009). The following clauses listed in 52.212-5 are IBR: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)); 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d),52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2003). All questions must be submitted in writing to simmonsc@sec.gov. Questions must be received NLT 2:00 pm EST on July 7, 2010. POC is Colin Simmons, Contract Specialist, 202-551-8634, simmonsc@sec.gov. Offers are due by 2:00 PM EST on July 21, 2010. Due to possible fax transmission problems vendors should e-mail their proposals to simmonsc@sec.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-10-Q-0075/listing.html)
 
Place of Performance
Address: US SEC, 100 F Street NE, Washington DC, District of Columbia, 20549, United States
Zip Code: 20549
 
Record
SN02197522-W 20100708/100706234958-7b00e8bebdf5b8672f96fcc1335de0c8 (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.