Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2013 FBO #4313
SOLICITATION NOTICE

R -- IBM i2 Analyst’s Notebook Software Training - Combined Synopsis Solicitation pdf version

Notice Date
9/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Mission Support Orlando (OAQ-MR), Immigration & Customs Enforcement (ICE), Department of Homeland Security (DHS), 9411 Tradeport Dr., Orlando, Florida, 32827, United States
 
ZIP Code
32827
 
Solicitation Number
192113OPRHQ130060
 
Archive Date
10/2/2013
 
Point of Contact
Bryan A. Salas, Phone: 4074405315, Donna Wessel, Phone: 407-440-5311
 
E-Mail Address
bryan.a.salas@ice.dhs.gov, Donna.J.Wessel@ice.dhs.gov
(bryan.a.salas@ice.dhs.gov, Donna.J.Wessel@ice.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis Solicitation pdf version PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 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; quotes are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring Fed Biz Opps to ensure they have the most up-to-date information about this acquisition. Solicitation/Purchase Request number 192113OPRHQ130060 is issued as a Request for Quote (RFQ). Questions or requests for clarification must be submitted to Bryan.A.Salas@ice.dhs.gov not later than Monday, September 16, 2013, 4:00pm Eastern Time. Questions after 16 September may not be responded to or considered. The Government intends to award one (1) contract line item for the following: DESCRIPTION: IBM i2 Analyst's Notebook Software Training DESIRED TRAINING DATES: September 23-27, 2013; The Federal Acquisition Regulation (FAR), and Homeland Security Acquisition Regulation (HSAR) provisions and clauses, incorporated in this solicitation document, are those in effect through Federal Acquisition Circular 2005-69 (Effective 03 Sep 2013). Contractor shall comply with the following provisions and clauses, which apply to this acquisition with the same force and effect, whether incorporated by full text, or by reference: Provisions/Clauses Incorporated by Reference: 52.204-7 -- System for Award Management (JUL 2013) 52.212-1 -- Instructions to Offerors -- Commercial Items (JUL 2013) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (DEC 2012) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (JUL 2013) 52.225-25 -- Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran ---Representation an Certification (DEC 2012) Provisions/Clauses incorporated in Full Text: 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (2) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (4) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (5) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (6) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (7) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (8) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C.793) (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)) with Alt I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)) if checked above. (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.219-1 -- Small Business Program Representations (Apr 2012) (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is 443142 - Electronics Stores. (2) The small business size standard is $30,000,000 in average annual receipts. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (b)(3) of this provision.] The offeror represents as part of its offer that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: _________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (b)(4) of this provision.] The offeror represents as part of its offer that-- (i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(6) of this provision.] The offeror represents as part of its offer that is [_] is, [_] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that - (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern," means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern," means a small business concern -- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of Provision) 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/. (End of Clause) HSAR 3052.209-70 -- Prohibition on Contracts with Corporate Expatriates (Jun 2006) (a) Prohibitions. - Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting ‘more than 50 percent' for ‘at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) Stock of such entity which is sold in a public offering related to an acquisition described in section 835(b)(1) of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) Warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: [_] it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003; [_] it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.108-7004, which has not been denied; or [_] it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.108-7004. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. The offeror hereby certifies that the information provided on the Disclosure, above, is correct. Authorized Signature: _______________________________________ Company: _______________________________________ Print Name: _______________________________________ Title: _______________________________________ Date: _______________________________________ (End of clause) Invoice Procedures: The contractor shall submit their invoice after completion of services/delivery of products. The contractor shall submit a total of three copies of each invoice as follows: a) One copy to the COR via e-mail b) One copy to the Contract Specialist via e-mail c) One copy to the Payment Office using one of the following three methods: 1) By mail: DHS, ICE Burlington Finance Center P.O. Box 1620 Williston, VT 05495-1620 ATTN: ICE-OPR RE: Awarded Purchase Order Number (i.e. HSCEMR-13-P-#####) 2) By facsimile: 802-288-7658, include a cover sheet with point of contact & # of pages 3) By e-mail: Invoice.Consolidation@dhs.gov Invoices submitted to the Payment Office by other than these three methods will be returned. The ICE program office, ICE OPR shall also be notated on every invoice. i. The contractor shall provide their legal name, as identified in the System for Award Management (SAM), on each invoice submitted. ii. The contractor shall submit one (1) invoice per e-mail and the subject line of the e-mail shall reference the invoice number of the attached invoice. iii. The contractor shall submit each invoice in PDF format In accordance with Contract Clauses, FAR 52.212-4 (g)(1), Contract Terms and Conditions - Commercial Items, or FAR 52.232-25 (a)(3), Prompt Payment, as applicable, the information required with each invoice submission is as follows: (i) Name and address of the contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. Invoices without the above information may be returned for resubmission. SPECIAL CONTRACT REQUIREMENTS Authorized Changes By the Contracting Officer Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. The contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The Contracting Officer will be noted o the award document. INSTRUCTIONS, CONDITIONS, AND NOTICES TO QUOTERS Type and Number of Awards The Government contemplates award of a single Firm-Fixed-Price Purchase Order issued pursuant to FAR Part 12 procedures. Quote Submission Quotes may be mailed to the Contract Specialist at ICE-OAQ-MSO ATTN: Bryan Salas REF: RFQ # 192113OPRHQ130027 9495 Delegates Dr. Orlando, FL 32837-8347 OR Quotes may be emailed to bryan.a.salas@ice.dhs.gov. Quotes must be received no later than 4:00pm Eastern Time, Tuesday September 17, 2013. Quotes received after this date/time will be considered late and may not receive further consideration for award. Quote Package Content The quoter shall submit the following (No further request will be made for this information and failure to submit may result in your quote being eliminated from award consideration.): a) Documentation to support Technical Acceptability - Quoters must provide technical literature/documentation, supporting that all quoted services meet or exceed the requirements of the PWS. b) Completed signature page from HSAR provision 3052.209-70, Prohibition on Contracts with Corporate Expatriates. c) Vendor Price Quote EVALUATION FOR AWARD Basis For Award The Government intends that the lowest price, technically acceptable quote will receive an award. The Government will not evaluate or accept any assumptions, exceptions or conditions contained in a quote. A quote that contains any assumptions, exceptions or conditions to the RFQ will be determined to be unresponsive and will not be considered for award. The Government will evaluate the total price to determine if it is complete, consistent and reasonable. Prices shall be on a Firm Fixed Price basis, inclusive of shipping, delivery, and other related expenses. Evaluation of Technical Acceptability The Government will determine technical acceptability of each quote by evaluating the quoter's included documentation to determine if it adequate demonstrates that the products quoted meet the specifications as required in solicitation. Discussions The Government intends to award without discussions. Accordingly, it is strongly suggested that each initial quote be submitted on the most favorable price and technical terms that the quoter can submit to the Government. However, the Government reserves the right to call for discussions, quote clarifications, and or revisions at any time as may be determined to be in the Government's best interest and in accordance with the FAR. PERFORMANCE WORK STATEMENT U. S. IMMIGRATION AND CUSTOMS ENFORCEMENT (ICE) OFFICE OF PROFESSIONAL RESPONSIBILITY (OPR) INTELLIGENCE OPERATIONS GROUP 1.0 BACKGROUND In May 2013, ICE-OPR purchased IBM i2 Analyst Notebook software as a sole source acquisition under DHS Enterprise Software Solutions (ESS) Enterprise License Agreement (ELA) Call Order HSCETE-13-J-00081, against BPA HSHQDC-11-A-00040. The Software provides a flexible data model and visualization environment coupled with a wide range of visual analysis tools to help users build multiple views for detailed network, temporal, statistical, or geospatial data visualization to aid in comprehension using a feature comparable with Google Earth. 2.0 SCOPE OF WORK The IBM Education Team, which is a part of the IBM Software Group, delivers a comprehensive portfolio of education services to help customers successfully deploy and integrate IBM's products to their maximum potential. IBM shall provide at least one instructor for five days to teach the i2 Analyst's Notebook Level 1 course at the ICE facility listed below. 3.0 PERFORMANCE REQUIREMENTS The contractor shall provide all necessary skills, labor, and resources required to plan, organize, direct, accomplish, and control the efforts necessary to complete this PWS. The contractor shall provide a five day training course for the set of dates listed under Period of Performance section of the PWS. The training shall contain sufficient meaningful content to last 8 hours per day, not including lunch break. The primary focus of which is to deliver a comprehensive portfolio of education services to help OPR successfully deploy and integrate the IBM i2 Analyst's Notebook in OPR Intelligence Operations. 4.0 QUALIFICATIONS The contractor shall provide at least one instructor with advanced knowledge, insight and technical expertise in the deployment and use of the i2 Analyst's Notebook. 5.0 PERSONNEL SECURITY REQUIREMENTS ICE OPR will coordinate with Homeland Security Investigations Technical Operations Unit to ensure that the proper credentials are secured for entrance to, and working at, the Technical Operations Center, for the period of performance of the training. 6.0 PERIOD OF PERFORMANCE The period of performance for the training will be September 23, 2013 through September 27, 2013. 7.0 PLACE OF PERFORMANCE The contractor shall provide the instruction at DHS/ICE, Technical Operations Center, 10450 Furnace Road, Lorton, VA 22079.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d8af787a8e400903ba65ec0b64eb377e)
 
Place of Performance
Address: DHS/ICE, Technical Operations Center, 10450 Furnace Road, Lorton, Virginia, 22079, United States
Zip Code: 22079
 
Record
SN03186797-W 20130915/130913234916-d8af787a8e400903ba65ec0b64eb377e (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.