Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2014 FBO #4531
SOLICITATION NOTICE

R -- Sourcefire Technical Support - 100% Buy Indian Set-Aside

Notice Date
4/19/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
BIA CENTRAL 0001612220 Sunrise Valley DriveContracting OfficeRestonVA20191US
 
ZIP Code
00000
 
Solicitation Number
A14PS00401
 
Response Due
4/25/2014
 
Archive Date
5/25/2014
 
Point of Contact
Ryan Geffre
 
Small Business Set-Aside
N/A
 
Description
SourceFire Technical Support; 100% Buy Indian Set Aside Solicitation Number: A14PS00401 Notice Type: Pre-Solicitation Synopsis: Date: April 19, 2014 Classification Code: R = Professional, Administrative and Management Support NAICS: 541511 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13.5 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is A14PS00401 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard of $25.5 million. This acquisition is 100% set aside for Buy Indian. Economic enterprises that are not at least fifty one percent owned by a Native American or Alaskan Native may not offer quotes in response to this notice and any quotes submitted by other than Indian owned businesses shall not be considered. Offerors shall certify that they are Indian owned. [See clause Notice of Indian Economic Enterprise (July 2013) below] Requirements: 1) R-DC750-BDL-RN2500-RUI250-G -Quantity: 1 -Sourcefire support - DC750-BDL-RN2500-RUI250-Gold 2) R-3D3500-IPS-C08-000-G -Quantity: 2 -Sourcefire support - SF 3D3500 IPS 2 FO QPC-Gold 3) R-3D1000-IPS-C04-000-G -Quantity: 13 -Sourcefire Support - 3D100 w/IPS 4 port copper with fail open - Gold 4) R-3D2500-IPS-C08-000-G -Quantity: 1 -Sourcefire support - SF 3D2500 IPS 2 FO QPC-Gold 5) R-3D2100-IPSC04-000-G -Quantity: 1 -Sourcefire support-SF 3D2100 IPS FO QPC-Gold *Techinal support capabilities of NetIQ on-line, email and telephone support on an 8 hours x 5 days week (8am-5pm) basis with a three (3) business hour support response. Maintenance includes software updates. Evaluation/Determination: BIA will award based upon Lowest Price methodology for making the award decision. Factor 1 Price Type of Contract: Fixed Price Contract Period of Performance: The base period shall be 4/25/14 through 4/24/15. This work is considered severable services. REQUEST FOR QUOTE INSTRUCTIONS The contractor shall comply with the following instructions for preparing the Request for Quote (RFQ). Failure to comply with the terms and conditions stated herein may be interpreted by the Government as a non-responsive quote and result in an unfavorable rating. The contractor shall provide a fixed price quotation via e-mail for this RFQ by 12 PM EST April 25th, 2014 submitted to the email address below. Quotations must include the following: (A) fixed price quote. Please provide general business information such as Tax Identification Number (TIN), business classification, socioeconomic status, and Dun and Bradstreet (DUNS) number. Awardee must be registered in System for Award Management (www.sam.gov) to be eligible for award. Q&A: Questions must be submitted electronically via e-mail to Ryan.Geffre@bia.gov no later than 4:00 pm local time, Washington, DC, Wednesday, April 23rd, 2014. Invoicing: All invoices will be submitted through www.IPP.Gov (Read Clause for additional information) Clauses: 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 CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-2 Evaluation-Commercial Items (Jan 1999); and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter does not have a copy of this provision, you may obtain a copy at www.acquisition.gov or contact the CO to receive a copy. Alternatively, quoters may cerify registration at https://orca.bpn.gov/. Provision FAR 52.252-1Solicitation Provisions Incorporated by Reference, Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2011), FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999). FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000). Department of the Interior Acquisition Regulation (DIAR):; 1452.226-70 Indian Preference (Apr 1984), 1452.226-70 Indian Preference Program (Apr 1984),1452.280-2 Notice of Indian Economic Enterprise Set Aside (Jul 2013), 1452.280-3 Subcontracting Limitations (Jul 2013), 1452.280-4 Indian Economic Enterprise Representation (Jul 2013), DOI Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) (September 2011) Contracting Officer: Ryan Geffre, (703) 390-6356; Ryan.Geffre@bia.gov NOTICE OF INDIAN ECONOMIC ENTERPRISE SET-ASIDE (JUL 2013) (a) Definitions as used in this clause. Indian means a person who is a member of an Indian Tribe or Native as defined in the Alaska Native Claims Settlement Act (PL 92-203; 85 Stat. 688; 43 U.S.C. 1601). Indian Economic Enterprise means any business activity owned by one or more Indians or Indian Tribes that is established for the purpose of profit, provided that: (i) The combined Indian or Indian Tribe ownership shall constitute not less than 51 percent of the enterprise; (ii) the Indians or Indian Tribes shall, together, receive at least a majority of the earnings from the contract; and (iii) the management and daily business operations of an Indian economic enterprise must be controlled by one or more individuals who are members of an Indian Tribe. To ensure actual control over the enterprise, the individuals must possess requisite management or technical capabilities directly related to the primary industry in which the enterprise conducts business. The enterprise must meet these requirements throughout the following time periods: (1) At the time an offer is made in response to a written solicitation; (2) At the time of contract award; and, (3) During the full term of the contract. Indian Tribe means an Indian Tribe, band, nation, or other recognized group or community which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians, including any Alaska Native village, regional or village corporation established under the Alaska Native Claims Settlement Act (PL 92-203, 85 Stat. 688; 43 U.S.C. 1601). Representation means the positive statement by an enterprise of its eligibility for preferential consideration and participation for acquisitions conducted under the Buy Indian Act, 25 U.S.C. 47, in accordance with the procedures in Subpart 1480.8. (b) General. (1) Under the Buy Indian Act, offers are solicited only from Indian economic enterprises. (2) BIA will reject all offers received from ineligible enterprises. (3) Any award resulting from this solicitation will be made to an Indian economic enterprise, as defined in paragraph (a) of this clause. (c) Required Submissions. In response to this solicitation, an offeror must also provide the following: (1) A description of the required percentage of the work/costs to be provided by the offeror over the contract term as required by section 1452.280-3, Subcontracting Limitations clause; (2) A description of the source of human resources for the work to be performed by the offeror; (3) A description of the method(s) of recruiting and training Indian employees, indicating the extent of soliciting employment of Indian persons, as required by DIAR 1452.226-70, Indian Preference, or DIAR 1452.226-71, Indian Preference Program, clause(s); (4) A description of how subcontractors (if any) will be selected in compliance with the Indian Preference or Indian Preference Program clause(s); (5) The names, addresses, and descriptions of work to be performed by Indian persons or economic enterprises being considered for subcontracts (if any) and the percentage of the total direct project work/costs they would be performing; (6) Qualifications of the key personnel (if any) that will be assigned to the contract; and (7) A description of method(s) for compliance with any supplemental Tribal employment preference requirements, if contained in this solicitation. (d) Required Assurance. The offeror must provide written assurance to the Indian Affairs that it will comply, or has, complied fully with the requirements of this clause. It must do this before Indian Affairs awards the Buy Indian contract, and upon successful and timely completion of the contract, but before the Indian Affairs Contracting Officer (CO) accepts the work or product. (e) Non-responsiveness. Failure to provide the information required by paragraphs (c) and (d) of this clause may cause Indian Affairs to find an offer non-responsive and to reject it. (f) Eligibility. (1) Participation in the Mentor-Protg Program established under section 831 of the National Defense Authorization Act for Fiscal Year 1991 (25 U.S.C. 47 note) does not render an Indian economic enterprise ineligible for contracts awarded under the Buy Indian Act. (2) If a contractor no longer meets the definition of an Indian economic enterprise after award, the contractor must notify the CO in writing. The notification must include full disclosure of circumstances causing the contractor to lose eligibility status and a description of any actions that the contractor will take to regain eligibility. Failure to give the CO immediate written notification means that: (i) The economic enterprise may be declared ineligible for future contract awards under this part; and (ii) Indian Affairs may consider termination for default if it is in the best interest of the government. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A14PS00401/listing.html)
 
Record
SN03343406-W 20140421/140419233032-5710a0096c3f4bc9bcb5f07eb25ed7b4 (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.