SOLICITATION NOTICE
D -- BLM-CO - Electronic IN/OUT Board
- Notice Date
- 6/15/2022 8:13:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- COLORADO STATE OFFICE LAKEWOOD CO 80215 USA
- ZIP Code
- 80215
- Solicitation Number
- 140L1722R0007
- Response Due
- 6/24/2022 4:00:00 PM
- Archive Date
- 10/31/2022
- Point of Contact
- Hall, Robert, Phone: 9708769038, Fax: (303) 239-3933
- E-Mail Address
-
rhall@blm.gov
(rhall@blm.gov)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- BLM-CO - Electronic IN/OUT Board This is a combined Synopsis/Solicitation for proposals in accordance with FAR Part 12 for customized commercial software, subscription or license to support an electronic on-line resources (conference rooms, vehicles, A/V and IT equipment, etc.) reservations systems and an in/out board to monitor the status of BLM employees stationed in various offices around Colorado. Supervisor require these services for the safety of approximately 900 employees who frequently travel to remote locations often out of cell phone coverage. The system must include an automated notification system to alert the supervisor if the employee has not returned. This is a follow on requirement to the existing contract noted below. Incumbent Vendor: INOUTBOARD.COM LLC - INL17PX00801 - Total Value: $31,340. The Government is conducting a competitive process to fulfill this requirement on a Firm-Fixed Price contract with a base year + 4 option year. If you have the capabilities and product, please read and comply with the requirements below. Basic Contracting Requirements: 1. Active Registration - www.sam.gov 2. Invoicing and Payment - www.ipp.gov - 30 day prompt pay 3. FAR Part 12 - Commercial Item 4. FAR Part 13 - Simplified Acquisition Procedures 5. Total Woman Owned Small Business Set Aside for NAICS 541511 - Size Std: $30M 6. Basis for Award - Best Value with Trade-Offs 7. Evaluation Factors - technical capabilities including reliability, automation, ease of used and transition to new set-up, past performance and price. When technical and past performance are combined, they are significantly more important than price alone. However, no award will be made without a fair a reasonable determination of price based upon other bids, price analysis and historical records. Minimum Requirements for Responsive Proposal: 1. Signed, dated and priced SF14442 with prices filled in for all 5 years. 2. Technical Response detailing your product capabilities, details and specific plan of action. 3. Email both items above to the POC no later than the closing date. POC: Contracting Officer Robert Hall - rhall@blm.gov - 970-876-9038 ----
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fa3ed048519d4f67a4b5c936de4de920/view)
- Place of Performance
- Address: Lakewood, CO 80215, USA
- Zip Code: 80215
- Country: USA
- Record
- SN06358885-F 20220617/220615230107 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |