SOLICITATION NOTICE
70 -- Sitefinity CMS Edition - Solicitation 14-233-SOL-00187
- Notice Date
- 3/26/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 14-233-SOL-00187
- Archive Date
- 4/15/2014
- Point of Contact
- Jennifer Browning, Phone: 3014433025
- E-Mail Address
-
Jennifer.Browning@PSC.hhs.gov
(Jennifer.Browning@PSC.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation 14-233-SOL-00187 i -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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii- The solicitation number is 14-233-SOL-00187. This solicitation is being issued as a RFQ. iii-This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71. iv- The corresponding NAICS code is 423430 and the small business size standard is 100 employees. This acquisition is being competed as a Total Small Business Set-Aside. v- Customized Media Monitoring and Analysis Service: CLIN 01- Base Period (12 months) Sitefinity CMS Enterprise Edition; CLIN 02- Option Period One (12 months) Sitefinity CMS Enterprise Edition; CLIN 03- Option Period Two (12 months) Sitefinity CMS Enterprise Edition; CLIN 04- Option Period Three (12 months) Sitefinity CMS Enterprise Edition; CLIN 05- Option Period Four (12 months) Sitefinity CMS Enterprise Edition;. vi- Description of requirements for the items to be acquired. Please see attached solicitation 14-233-SOL-00187 for specific requirement details. vii-All services are to be delivered for a period of a twelve month base period and four, twelve month option periods to the PSC, Office of the Director. viii- The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. ix- (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the lowest price found technically acceptable. Technical acceptability will be dependent on if the offeror proves it is able to provide all supplies and services in the SOW as well as prove an acceptable 508 compliance form. All quotes must meet all minimum specifications. All shipping costs are to be included in the quote. Quotes must be in Adobe PDF format and it is the responsibility of the Offeror to verify receipt of email copies. Please note that late quotes will be handled in accordance with the rules set forth in FAR Clause 52.212-1 (f) "Late Submissions, Modifications, and Withdrawals of Proposals". Faxed offers are not acceptable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. x- Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer or acknowledge its listing in Online Representations and Certifications Application (ORCA). xi- The provision at 52.211-6, Brand Name or Equal, applies to this acquisition. xii- The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. There are no addenda to the clause. xiii- The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), (2) 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)), (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note), (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note), (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313), (8) 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), (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644), (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)), (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755), (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Nov 2013) (E.O. 13126), (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212), (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793), (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212), (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496), (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), (42) 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), (48) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332), (51) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a), (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) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.), (7) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). xiv- Questions are due to the Contract Specialist listed below via email no later than 12:00pm EST on Thursday, March 27, 2014. xv- Quotes are due to the Contract Specialist listed below via email no later than 12:00pm EST on Monday, March 31, 2014. xvi- Please contact Jennifer Browning, Contract Specialist, via email at Jennifer.Browning@psc.hhs.gov, regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/14-233-SOL-00187/listing.html)
- Record
- SN03320863-W 20140328/140326234953-a4e60633a3d12f491639695702ec37dc (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 |