Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
MODIFICATION

70 -- NCIC/NLETS Web Access System - Amendment 1

Notice Date
8/8/2012
 
Notice Type
Modification/Amendment
 
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, United States
 
ZIP Code
20223
 
Solicitation Number
HSSS01-12-R-0046
 
Archive Date
8/30/2012
 
Point of Contact
David Leonard,
 
E-Mail Address
david.leonard@usss.dhs.gov
(david.leonard@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Government Response to Contractor Questions The purpose of amendment 1 to this combined synopsis/solicitation is to provide responses to contractor questions. Interested offerors must download a copy of the government's response under the "packages" page for this FBO notice. Please direct any additional questions or concerns in writing to the contract specialist at david.leonard@usss.dhs.gov. 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. Proposals are being requested for submission, and a written solicitation will not be issued. Synopsis/solicitation number HSSS01-12-R-0046 is issued as a restricted Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 dated May 18, 2012. This RFP is issued as a small business set-aside. The North American Industry Classification System code (NAICS) is 511210, Software Publishers. The Product Service Code (PSC) is 7030, ADP Software. The Standard Industrial Classification (SIC) is 7372 - Services-Prepackaged Software. The government requires a web based application to provide access to government systems to include the National Crime Information Center (NCIC) and the National Law Enforcement Telecommunications System (NLETS). Additional information is provided in the attached Statement of Work (SOW). The anticipated period of performance will be 5 years which are comprised of a 12-month base period, and four, 12-month option periods. The Government intends to award a single, firm-fixed price commercial contract for the Department of Homeland Security as a result of this RFP. Award will be made to the offeror whose proposal responding to the solicitation represents the best value to the government. Best value will be determined by evaluating the factors identified in FAR Clause 52.212-2 that is included in the attachment, "Provisions and Clauses" available under the "Packages" page within FBO. 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. By submitting a response to this solicitation, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. This Solicitation is comprised of: I. FORMAT AND SUBMISSION OF PROPOSAL II. PROVISIONS AND CLAUSES III. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF PROPOSAL Part A. Pricing: Offerors shall provide an itemized price proposal that provides separate line items for each item in the base and each option period. Any ancillary hardware items should be separately priced in order for the government to evaluate these items in conjunction with the proposed software application(s). Offerors must complete the attached pricing detail in addition to any pricing information that the offeror may wish to submit. Part B. Offerors shall provide: 1) Name, title, telephone number, fax number, and email address of their 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. (Provision included in full text within attachment) 5) Relevant Past Performance Offerors must provide three (3) examples and references of relevant past performance within the last 5 years. It is requested that the offeror provide the attached Past Performance Survey to three (3) references, who should in turn submit the surveys directly to the contract specialist via email at david.leonard@usss.dhs.gov. The government will evaluate the submitted information but also reserves the right to evaluate information found in the Past Performance Information Retrieval System (PPIRS), Federal Awardee Procurement Integrity Information System (FAPIIS), or any other means available to the government for the purposes of evaluating past performance. Note that direct experience with projects that are similar in scope should yield satisfactory ratings for this factor. If an offeror does not possess direct experience that is relevant to the current project, then they cannot be rated favorably or unfavorably for this factor. The government will evaluate an offerors past performance based on both recentness and relevance. 6) Technical Solution Offerors shall provide their proposal detailing all hardware and software requirements in accordance with the statement of work. Offerors shall also propose details of their warranty and maintenance plan for the option years. Proposals that demonstrate lower required investment in hardware to support their proposed software solution will receive a higher rating. Life-cycle costs: Offerors shall detail their lifecycle costs of their proposed solution. A higher life-cycle cost will receive a lower rating. Note: Technical proposals shall be limited to 20 pages in length. Price proposals do not have a page limit. All information should be submitted electronically in either Microsoft Office or Adobe format. Part C. Following receipt of the information listed in Part B above, the government will evaluate all prospective offerors and make an award based on a best value determination as discussed in the attached FAR Provision 52.212-2. An award notification will be emailed directly to all interested parties. All documents required for submission of proposals must be sent to David Leonard via email at david.leonard@associates.usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. PROVISIONS AND CLAUSES See attachment entitled, "RFP HSSS01-12-R-0046 - Provisions and Clauses" under "packages" within FBO. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. ADDITIONAL INFORMATION FOR OFFERORS All questions regarding the solicitation must be emailed to the contract specialist, Mr. David Leonard at David.Leonard@ usss.dhs.gov no later than 08 August 2012 by 12:00 PM EST. The deadline for receipt of proposals is 15 August 2012 by 12:00PM EST. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-R-0046/listing.html)
 
Place of Performance
Address: 950 H Street Northwest, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN02832184-W 20120810/120809001423-0ec5d0c0af9f94e553eb4d9f7d9575a9 (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.