Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2009 FBO #2754
SOLICITATION NOTICE

70 -- Purchase of HP QC Up-Grade

Notice Date
6/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-09-Q-EV010
 
Archive Date
7/4/2009
 
Point of Contact
James A Lassiter, Phone: (757)686-2149, Carrie F. Houck, Phone: 757-686-4215
 
E-Mail Address
james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil
(james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request For Quote number RFQ HSCG44-09-Q-EV010.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32 Amd.. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 541519. The SBA size standard in Employee Size is $25.0 Million. This is a 100% Small Business Set-Aside. The USCG Command and Control Engineering Center (C2CEN) Ports. Va. 23703 intends to purchase the services as described below in the SOW(Statement of Work) Quality Center Up-Grade To Quality Center 9.2. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these Services, except those listed in the SOW. The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering specification,price, delivery, and past performance, and quality. Please provide the names/info and POC’s of 2 previous Contracts(preferably Government) that you have performed the same or similar work as defined in the SOW. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions –Commercial Items (MAR 2009) with the following addendas: FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer – CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders –Commercial Items (MAY 2009), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.222-50 Combat Trafficking in Persons(FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; HOMELAND SECURITY ACQUISITION REGULATION (48CFR CHAPTER 30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic) HSAR 3052.209–70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. FIRM FIXED Price Proposals may be submitted on company letterhead stationary and must include the following information: Cost breakdown, Unit Price, Extended Price, Delivery of Subscription, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is June/18/2009 @ 8:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or E-mailed to the primary POC James A. Lassiter Contracting Officer James.A.Lassiter@uscg.mil 2nd POC Ms. Carrie Houck Contracting Officer, USCG Carrie.F.Houck@uscg.mil *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by June/18/2009 @ 8:00am EST. The anticipated Award Date for the Contract is June/19/2009, this date is approximate and not exact. This is a 100% Total Small Business Set-Aside The Offerors are to provide FFP(Firm Fixed Prices) for the Line Item 1 below. Line Item 1 1 Each of the Services as described in the SOW below: $__________ Line Item 2 1 Each of Total Travel, Provide a Travel Cost Estimate* $__________ *Note- Travel will be paid to Contractor IAW the JFTR, see Sec-12 of SOW Total Cost $________________________ STATEMENT OF WORK START:JULY/13/2009 (tentative date, this date may change) COMPLETE:With-in 2 weeks after Start Date SHORT TITLE:Quality Center Upgrade to Quality Center 9.2 1. PLACE(S) OF PERFORMANCE: Coast Guard Command and Control Engineering Center (C2CEN) Portsmouth, VA 4000 Coast Guard Blvd. Portsmouth VA. 23703-2135 2. REFERENCES: a.U.S. Coast Guard Policy on Coast Guard Use of Internet/Worldwide Web, COMDINST 5230.56 b.Software Installation Manuals c.Joint Federal Travel Regulations(JFTR) 3. SPECIFICATIONS: N/A 4. SECURITY REQUIREMENTS: N/A 5. CONTRACT MANAGEMENT DESIGNATION: 5.1. The CG Tech POC for this task is CWO2 Barry Daniel, USCG C2CEN, who can be reached at (757) 686-4280. 5.2Project Manager The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this task order. The Project Manager is further designated as Key by the Government. The Project Manager shall be a single point of contact for the CG Tech POC. It is anticipated that the Project Manager shall be one of the senior level employees provided by the Contractor for this work effort. The name of Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor's proposal. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this task order. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior acknowledgement from the Contracting Officer. The Project Manager shall be available to the CG Tech POC via telephone between the hours of 0800 and 1600 EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 4 hours of notification. 5.3 The Contracting Officer for this Contract will be James A. Lassiter James.A.Lassiter@uscg.mil Ph. 757-686-2149 6. DESCRIPTION OF WORK: 6.1.Scope: The purpose of this Contract is to acquire Contractor Technical Services for C2CEN, Engineering Division, Testing Branch. The Contractor shall provide the required support at location indicated in paragraph 1 of this SOW. 6.2.Background: C2CEN is responsible for testing multiple Command and Control (C2) systems that support various Maritime Domain Awareness (MDA) roles vital to the Coast Guard mission. C2CEN requires contractor assistance to install and upgrade our testing software to accomplish these tasks. 6.3.Requirements: The Contractor shall equip contract employees with the necessary Training and Resources to provide Technical Services at the C2CEN facilities in Portsmouth, VA as follows: 6.3.1. Installation/upgrade Technical Assistance: The Contractor shall conduct technical assistance to the Government for installation and upgrade of HP Quality Center from version 9.0 to version 9.2. Installation/upgrade technical assistance includes, installing software and software configuration. The Contractor shall assist the Government in completing site surveys as required to maintain system documentation, inventory and drawings in preparation of software installation/upgrade. 6.3.2 Qualifications: The Contractor shall provide personnel qualified to perform HP Quality Center software installation and configuration. 6.3.3 Installations, Upgrades and Repairs: The Contractor shall conduct upgrade, optimize, and repair tasks necessary for C2CEN to accomplish its mission of testing services. The Contractor shall provide the with an After Action report after site visit within 5 business days of return. The CG Tech POC report should include scope of work accomplished, personnel training accomplished, problems encountered, requirement shortfalls, lessons learned, and any other significant issues. 7. GOVERNMENT FURNISHED INFORMATION (GFI): 7.1. The government will make available to the contractor, upon request, all referenced documentation identified in Paragraph 2 of the SOW. All GFI will be returned to the designated CG Tech POC upon completion of this task. 8. GOVERNMENT FURNISHED MATERIAL (GFM): HP Quality Center version 9.2 (software) Microsoft SQL Server 2005 (software) 9. GOVERNMENT FURNISHED EQUIPMENT (GFE): Quality Center Server 10. CONTRACTOR FURNISHED EQUIPMENT (CFE): N/A. 11. CONTRACTOR FURNISHED MATERIAL (CFM): N/A 12. TRAVEL REQUIREMENTS: The Contractor will be required to Travel to C2CEN located in Ports. VA. The Contractor will be reimburse for all Travel IAW the JFTR. The Contractor will be required to show receipts for all Travel Expenses over $75.00 IAW the JFTR. 13. TRANSPORTATION OF EQUIPMENT/MATERIAL: N/A 14. DATA DELIVERABLES: The Contractor shall provide the CG Tech POC with an After Action report after site visit within 5 business days of return. The report should include scope of work accomplished, personnel training accomplished, problems encountered, requirement shortfalls, lessons learned, and any other significant issues. 15. SUB-CONTRACTING REQUIREMENTS: N/A 16. ACCEPTANCE PLAN: 16.1. All work to be performed and all material and data to be submitted under this work order will be inspected and accepted by the designated Government Representative. 17. OTHER CONDITIONS/REQUIREMENTS: N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-09-Q-EV010/listing.html)
 
Place of Performance
Address: USCG C2CEN, Portsmouth, Virginia, 23703-2135, United States
Zip Code: 23703-2135
 
Record
SN01839807-W 20090611/090609235300-a930350ed2c22adc8833a147de8ab4a1 (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.