SOLICITATION NOTICE
70 -- Financial Investigation Systems Software & Support - Package #1
- Notice Date
- 8/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F, 200 Third Street, Parkersburg, West Virginia, 26106-5312, United States
- ZIP Code
- 26106-5312
- Solicitation Number
- SIG-30000-12-0084
- Archive Date
- 8/21/2013
- Point of Contact
- H. Scott, Fax: 304-480-7203, D. Dayton, Fax: 304-480-7203
- E-Mail Address
-
PSB1@bpd.treas.gov, PSB1@bpd.treas.gov
(PSB1@bpd.treas.gov, PSB1@bpd.treas.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Package This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This acquisition is 100% set aside for small business participation. The associated NAICS code is 518210. The small business size standard is $25.0 million. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The Bureau of the Public Debt (BPD), on behalf of the Special Investigation General, Troubled Asset Releif Program (SIG-TARP), intends to acquire on a Brand Name or equal basis Actionable Intelligence Technologies, Inc., Financial Investigation Systems Software, Support, and maintenance. The Contractor shall provide software and services in accordance with the requirements in the Performance Work Statement. Offerors proposing an equal product shall explain what makes your product a equal. Provide a product description that identifies the specifications, characteristics, and capabilities of your product and clearly demonstrate how they are equal to or better then the brand name provided. Period of Performance will be from September 1, 2012 through August 31, 2013, with the possiblity of four (4) option periods. The provisions at 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012), applies to this acquisition. Addenda to this provision are attached. The provisions at 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. The following factors shall be used to evaluate offers: Technical Capabilities, Past Performance, Price. Addenda to this provision are attached. (See attached for evaluation factors). It is the Government's intent to award a contract to a contractor that meets the requirements in the attached PWS and is the lowest price technically acceptable to the government. Offerors are to include a completed copy of 52.212-3, Offeror Representations and Certifications - Commercial items (APR 2012), with their offer. To download FAR 52.212-3 Offeror Representations and Certifications Commercial Items, visit our website at: http://www.publicdebt.treas.gov/oa/oaprocr.htm 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2012) applies to this acquisition; Addenda to 52.212-4 are attached. The following clauses apply to this acquisition: 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders -Commercial Items (JUL 2012) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) 52.219-28, Post Award Small Business Program Representation (APR 2012) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) 52.222-35, Equal Opportunity for Veterans (SEP 2010) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37, Employment Reports on Veterans (SEP 2010) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); & 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) Additional contract requirements and terms and conditions may be found in the attachment. Defense Priorities and Allocations Systems (DPAS) and assigned rating are not applicable to this acquisition. The deadline for receiving proposals is Monday, August 27, 2012 by 2:00 PM ET. Late proposals will not be accepted or evaluated. For information regarding the solicitation contact psb1@bpd.treas.gov - Attention: H. Scott and D. Dayton. All questions and/or proposals must be emailed to PSB1@BPD.treas.gov. Please reference SIG-30000-12-0084 in the subject line of the email. The deadline for receiving questions is Wednesday, August 22, 2012 by 2:00 pm ET. Interested offerors may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. Responses to this request can be emailed to psb1@bpd.treas.gov - Attention: H.Scott - CO, D. Dayton - CS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BPD/DP/SIG-30000-12-0084/listing.html)
- Place of Performance
- Address: 1801 L Street NW, Washington, District of Columbia, 20036, United States
- Zip Code: 20036
- Zip Code: 20036
- Record
- SN02848454-W 20120823/120822000155-dacce2eade10037686870df760070174 (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 |