MODIFICATION
D -- Active Directory Exchange - Responses to questions
- Notice Date
- 1/11/2012
- Notice Type
- Modification/Amendment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy/OIT, 2201 Sixth Avenue, MS RX24, Room 937, Seattle, Washington, 98121, United States
- ZIP Code
- 98121
- Solicitation Number
- ADEXCHANGE
- Archive Date
- 1/28/2012
- Point of Contact
- Michelle A. Kouis, Phone: 2066152454
- E-Mail Address
-
michelle.kouis@ihs.gov
(michelle.kouis@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- Responses to questions received This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The NAICS code for this solicitation is 511210 and the Small Business Size Standard is $25.0 million. QUOTE/PROPOSAL INSTRUCTIONS: DUE DATE: January 13, 2012, 4:00 p.m. EST PROPOSAL REQUIREMENTS: TECHNICAL PROPOSAL: The proposal should provide a statement of the purpose, scope, and activities of the requirement in the Offeror's own words to demonstrate a complete understanding of the intent, requirements, and difficulty of the project. Part A: Technical Approach • Describe your knowledge and understanding of the requirement(s) as outlined in the SOW and your qualifications and corporate capabilities specifically related to perform the work required in the SOW (including demonstrating your ability to install, configure, manage and integrate the application with Active Directory and Exchange environments and meet all applicable FICAM requirements as listed in the SOW). • Specifically respond to each item listed in section 4.4 of the SOW and how you would be able to accomplish each item therein. • Provide the recommended solution (i.e. management tool that would be used to accomplish the items listed in the SOW). Part B: Key Personnel • List personnel qualifications and skill level categories as it pertains to the statement of work (include special qualifications of key personnel). o Individuals designated as key personnel will be committed to the project for its duration and cannot be substituted or replaced without the written agreement of the CO. o The plan must include names of personnel proposed, their skill category, and hours and rates by labor category that make up the proposed FFP. Part C: Past Performance and Experience • Describe a project your firm has or is working on within the past 3 years that address the kinds and types of requirements specifically called out in the SOW. • Highlight any unique aspects of your proposal and explain how it is of benefit to the government and why your proposal represents the best value to the government. COST PROPOSAL : The proposed pricing shall separately list a firm fixed price for the software and for the installation services. All offers must be emailed to michelle.kouis@ihs.gov by the proposal due date and should be limited to no more than a total 10 pages (limit any attachments to one): EVALUATION CRITERIA: Award will be made to the offeror providing the strongest overall proposal. Evaluation criteria in descending order of importance is as follows: • Technical - Key technical considerations will be Active Directory Feature/Functionality, Exchange and FICAM Feature/Functionality. The potential awardee will have a strong offering in these areas. Please see the attached matrix for a detail listing of all items that will be considered in the evaluation. • Price • Past performance Indian Health Service would require third party representation authorization for any business partners that would be utilized/recommended for this procurement and services requested to include post deployment support All questions regarding this notice must be emailed to michelle.kouis@ihs.gov by January 9, 2012, 4:00 p.m. EST. Questions received after this date may not be responded to. OTHER ADMINISTRATIVE ITEMS: Central Contractor Registration (CCR) - Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov. Travel is not anticipated for this SOW. FAR PROVISIONS AND CLAUSES: 52.212-1 Instructions to Offerors - Commercial (June 2008) 52.212-3 Offeror Representations and Certifications -- Commercial Items (Oct 2010) 52.212-4 Contract Terms and Conditions -- Commercial Items (June 2010) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (July 2010) The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. NOTE: AWARD IS SUBJECT TO AVAILABILITY OF FUNDS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d6023188ab7bd8c6b9bb6b854c8f15ad)
- Place of Performance
- Address: IHS Offices in Albuquerque, NM, Albuquerque, New Mexico, United States
- Record
- SN02652514-W 20120113/120111234458-d6023188ab7bd8c6b9bb6b854c8f15ad (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 |