Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOLICITATION NOTICE

D -- Consolidated Voyager System Maintenance

Notice Date
12/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Justice, Justice Management Division, Consolidated Executive Office, RFK Building, 950 Pennsylvania Avenue, NW - Room 2341, Washington, District of Columbia, 20530
 
ZIP Code
20530
 
Solicitation Number
DOJ-CEO01-12-0001
 
Archive Date
1/4/2012
 
Point of Contact
LATONYA R. GARRETT, Phone: 2025147817, CAROL D RANDOLPH, Phone: 2025142955
 
E-Mail Address
latonya.r.garrett@usdoj.gov, carol.randolph@usdoj.gov
(latonya.r.garrett@usdoj.gov, carol.randolph@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Justice, Justice Management Division, Library Staff, intends to procure on a sole source basis from Ex Libris (USA) Inc.: (1) Ex Libris Consolidated Voyager System Maintenance Annual Renewal (VCAT and VACQ Library Staff Systems) Licenses. Installation, implementation and technical and program support service will cover a 12 month period beginning from date of software delivery and acceptance. Delivery location is: 601 D Street, N.W., Room 7530, Washington, DC 20530. FAR Subpart 12.6, Subpart 13.106 and Subpart 13.5 as supplemented with additional information included in this notice is applicable to this requirement. FAR 52.212 3, Offeror Representations and Certifications Commercial Items, must be completed and included with any and all quotes submitted in response to this synopsis. FAR Clauses 52.212 4, Contract Terms and Conditions Commercial Items and 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. NOTICE OF CONTRACTOR PERSONNEL SECURITY CLEARANCE REQUIREMENTS - Where performance under this contract/task or delivery order/call requires contractor personnel to have access to Department of Justice (DOJ) information, systems or facilities, contractor personnel will be subject to the background clearance requirements of Homeland Security Presidential Directive (HSPD)-12, OMB Guidance Memorandum M-05-24, FIPS Publication 201 and DOJ policy implementing HSPD-12 requirements. Background clearance requirements are determined by the risk level of each position, type of access and length of access required. Further information on background security clearance requirements applicable to contractor personnel proposed for performance on this contract/order/call may be obtained from the Contracting Officer. All contractor personnel must meet the DOJ Residency Requirements. He/She must have lived in the United States three of the last five years immediately prior to start of performance on this contract/order/call, and/or worked for the United States overseas in a federal or military capacity, and/or be a dependent of a federal or military employee serving overseas. Specific limited waiver request requirements - contractor personnel performing duties for a cumulative total of 14 days or less where there is a critical need for their specialized and unique skills (as solely determined by the Government) may be proposed for a waiver of the Residency Requirement by the contractor. Contractor personnel who are non-US citizens proposed for such a waiver of the Residency Requirement must be from a country allied with the United States (Since the countries on the Allied Countries List are subject to change, the contractor may review the following website for current information: http://www.opm.gov/employ/html/Citizen.htm. For contracts/orders/calls where access to DOJ information systems is involved, non-US citizens are not permitted to have access to or assist in the development, operation, management or maintenance of any DOJ IT system, unless a waiver is granted by the head of the Component, with concurrence of the Department Security Officer (DSO) and DOJ Chief Information Officer (CIO). Any such waiver must be in writing and be obtained prior to allowing any contractor employee who is the subject of the waiver request to begin work under this contract/order/call. The above requirements apply to any and all contractor employees requiring access to DOJ information systems or facilities, including subcontractor personnel, if applicable. All referenced FAR clauses may be copied at http://www.acqnet.gov/far/index.html. The software technical and program support services to be procured under this synopsis must comply with the following Section 508 Accessibility Standards: 1194.21 Software Applications and Operating Systems; Information and Applications; 1194.31 Functional performance criteria; and 1194.41 Information, documentation, and support (see http://www.section508.gov). This is a small business set-aside, the NAICS code 511210, size standard is $25M. Due to the proprietary nature of the software, this contractor has been found to be the only known source to perform this requirement. Interested parties must submit a written proposal detailing product information that demonstrates ability to provide software licenses and support services. Quotes are to be sent to LaTonya R Garrett to email address latonya.r.garrett@usdoj.gov or fax (202-514-8557) by December 20, 2011, oral quotations will not be accepted. Telephone calls will not be accepted, as no solicitation document exists.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/CEO/DOJ-CEO01-12-0001/listing.html)
 
Place of Performance
Address: 601 D Street, NW, Washington, District of Columbia, 20530, United States
Zip Code: 20530
 
Record
SN02634443-W 20111208/111206234608-887c39046ebba968a819089896a863c7 (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.