SOLICITATION NOTICE
70 -- Qualitative Data Analysis Software - Package #1
- Notice Date
- 8/4/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
- ZIP Code
- 20223
- Solicitation Number
- RFQ-293173
- Archive Date
- 9/2/2011
- Point of Contact
- David Leonard,
- E-Mail Address
-
david.leonard@usss.dhs.gov
(david.leonard@usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Software Minimum Specifications 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. This solicitation is being issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The Government intends to award a competitive commercial purchase order as a result of this solicitation. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. The Department of Homeland Security (DHS) currently has a requirement for Qualitative Analysis Software that also provides associated Geospatial data analysis. DHS is requesting software on a Brand Name or Equal Basis in accordance with FAR Provision 52.211-6. Offerors must propose software that can fulfill the minimum specifications as outlined in the attached Statement of Work (SOW) dated August 04, 2011. The specifications in the SOW most closely resemble the brand name analysis software available from Atlas.ti. FORMAT AND SUBMISSION OF PROPOSAL Part A. Contractors are requsted to submit both a technical proposal and a separate price proposal. The technical proposal shall be limited to 5 pages in length. The price proposal must provide itemized pricing for the required software licenses, any extended technical support requirements that may be applicable, and any applicable shipping prices (FOB Destination). Part B. The Offeror shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then provide a statement as such and it will be verified. 5) Free Trade Agreement Certificates if applicable The following provisions and clauses apply to this acquisition: 52.209-2 Prohibition on Contracting with INverted Domestic Corporations--Representations FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2, Evaluation-Commercial Items This is a competitive Request for Quotations (RFQ). The Government reserves the right to award on a multiple award, or an all or none basis. The government will make an award to the offeror(s) whose quote(s) provide(s) the best value to the government. Best value will be determined based on the following evaluation factors which are listed in descending order of importance: Technical Capability, Past Performance, and Price. All non-price factors when combined are more important than price. The government may pay more for a product that provides for superior performance, but will not pay a significantly higher price for slightly better performance. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference. 3052.209-70 Prohibition on Contracts with Corporate Expatriates. 3052.204-90 Unauthorized Use of the U.S. Secret Service Name The above Provisions and Clauses can be found at https://www.acq4uisition.gov/Far/. All questions and quotes must be sent in writing to the Contract Specialist, David Leonard via email at david.leonard@usss.dhs.gov. Quotes must be received no later than the date specified in this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/RFQ-293173/listing.html)
- Place of Performance
- Address: 245 Murray Lane SW, Washington, District of Columbia, 20223, United States
- Zip Code: 20223
- Zip Code: 20223
- Record
- SN02521783-W 20110806/110804234949-235d3b03996632e70a98b83e6d97ff40 (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 |