Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2009 FBO #2601
SOLICITATION NOTICE

R -- Software in support of Bush 43

Notice Date
1/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-09-Q-0023
 
Response Due
1/13/2009
 
Archive Date
1/28/2009
 
Point of Contact
Santo C Plater,, Phone: 301-837-2059
 
E-Mail Address
santo.plater@nara.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm fixed price quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-09-Q-0023 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28 effective December 12, 2008. A FAR Part 6 justification was executed by NARA for Brand Name only items. This is a mandatory small business set-aside (the anticipated order value is less than the simplified acquisition threshold) under NAICS 541511 with a size standard of $25.0 million. The Government reserves the right to make an award on the initial quote without discussions. Evaluation and award will be in accordance with the procedures of FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. An award will be issued to the vendor whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this order will be determined based on a lowest priced technically acceptable evaluation. BACKGROUND: The National Archive and Records Administration (NARA), College Park, MD has a requirement for various software and related support services to maintain the White House Photo System (PHOTO) of President George W. Bush after January 20, 2009. As currently operated for the White House Photo Office, PHOTO contains all the Presidential photographs (in three (3) different formats/resolutions) taken during the Bush 43 administration, and all the information (metadata) regarding the photographs. NARA will acquire the entire system, including all hardware and software. For NARA to operate the system legally, NARA must obtain the required licenses and support services for the software that is utilized by this systems. The main component of PHOTO is MerlinOne v5.25. It is critical that NARA staff has the ability to respond to requests from many stakeholders, including the outgoing President and his staff. Access to this dataset is in exceptionally high demand after the end of an administration. REQUIREMENTS: Provide Firm Fixed Price quotes for each CLIN. CLIN 0001 Merlin Server License : 10 concurrent users with 24x7 phone support, 10 min response time (8:30 am until 6:00 pm EST) and 30 minute response after hours for a period of 12 months; CLIN 0002 Installation of PHOTO at NARA located in Gaithersburg, MD; CLIN 0003 Two days of User Training at NARA located at Archives I, Washington, DC; CLIN 0004 Travel (in accordance with travel cost parameters below) – one day travel and lodging to Washington, DC area: (Qty - 1 Lot; Not to Exceed Price of - $3,000. Vendor’s price quotation shall be based on the cost to perform the requirement as expressed in CLINs 0001, 0002, 0003, and 0004. Delivery is required by January 19, 2009. The Government will work closely with the Vendor should any adjustments to the schedule arise. TRAVEL COSTS: a. LOCAL: No cost will be paid for local travel, meal, and/or incidental expenses. b. NON-LOCAL: If non-local travel is required, the Government will reimburse the Contractor provided: a. The Contractor obtains approval for any non-local travel; b. All non-local travel is performed in accordance with the Federal Travel Regulations (FTR); and c. Meal, lodging, and incidental expenses do not exceed the daily minimum per diem rates in effect for the area at the time of travel as set forth in the FTR. http://www.policyworks.gov ; The following clauses and provisions are incorporated and are to remain in full force in any resultant time and material purchase order: FAR 52.212-1, Instructions to Offerors—Commercial Item(Jun 08); FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (Jun 08)--offerors shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/ ; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2008). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Dec 2008); 52.219-6, Notice of Total Small Business Set-Aside (Jun 03); 52.219-28, Post Award Small Business Program Re-representation (June 2007) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003)(E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); 52.225-1, Buy American Act - Supplies (Jun 03); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restriction on Certain Foreign Purchases (Jun 08); 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332); 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). The Bureau of Public Debt provides these services for NARA; 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a) (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. (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 paragraphs (e)(1)(i) through (xi) of this paragraph 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 ode of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004)(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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (v) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (vi) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vii) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (viii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (ix) 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.) (x) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 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) Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Santo Plater, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: santo.plater@nara.gov. Quotations should be received by 4:00 PM EDT on January 13, 2009. Failure to submit quotations by the due date may result in rejection of the quotation as untimely. Questions regarding this RFQ must be submitted in writing to Ms. Santo Plater no later than 4PM EDT on January 09, 2009 to be considered. Questions submitted in any other manner will not be answered. Vendors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=02f7ddb7c720773b4fdb59ada3d9f1b1&tab=core&_cview=1)
 
Record
SN01728580-W 20090109/090107220505-02f7ddb7c720773b4fdb59ada3d9f1b1 (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.