Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
SOLICITATION NOTICE

D -- HELP DESK SOFTWARE - SF 18

Notice Date
6/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region VII, 901 North 5th Street, Kansas City, Kansas, 66101
 
ZIP Code
66101
 
Solicitation Number
0910HPR068R
 
Archive Date
7/3/2010
 
Point of Contact
Patricia M. Hawkins, Phone: (913) 551-7379
 
E-Mail Address
hawkins.patriciam@epa.gov
(hawkins.patriciam@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
GENERAL QUESTIONS SHEET STATEMENT OF WORK STANDARD FORM 18 This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 0910HPR068R is applicable and is issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The requirement is "small business set-aside" with a NAICS Code of 511210 (Software Publishers) and a size standard in millions of dollars $25.0. The description of the commercial service is to replace existing help desk software with an Information Technology Infrastructure Library (ITIL) certified commercial off the shelf software solution. The requirement is for installation and configuration of the help desk software in a virtual server environment, migration of existing data into the new system and training for the Agency identified staff. The Government anticipates issuing a Fixed-Price contract to include purchase of the software (with installation and training), a one year maintenance agreement, and three one year optional periods of annual software maintenance. Technical Qualification(s): Contractor shall provide EPA with a brief technical narrative limited to two 8 1/2" x 11" sheets of paper, double sided allowed, which demonstrates how all requirements set forth in the Statement of Work will be met. Contractor shall provide certification of the 8 ITIL processes covering Service Operation Strategy and Service Transition Strategy. Any offeror which does not meet all the specified requirements (and is unable to provide ITIL certification) will be deemed nonresponsive and their quote will not be accepted. The selection resulting from this request for quotation will be made upon the basis of the lowest priced technically acceptable quote from responsible quoter who meets the minimum contractor qualifications listed in the Statement of Work. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using an Optional Form 347. A purchase order will be in existence once the Contracting Officer has signed the order. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or in any applicable provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotation not a Request for Proposal or an Invitation for bid. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The Contracting Officer will evaluate quotes on the basis of information furnished by the quoter that demonstrates that they meet the Minimum Contractor qualifications. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Telephonic inquiries will not be accepted. Quotes must be emailed, mailed or faxed and are due on June 18, 2010 at 12:00 PM Central Daylight Time (CDT) along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number. In addition, quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, with their quotes. FAR clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.247-64 are applicable to this acquisition: 52.217-9, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.246-4 Submittal Requirement(s): 1) Standard Form (SF) 18 completed in its entirety (include pricing as appropriate in block number 11 - SCHEDULE). 2) General Questions Sheet 3) Technical Narrative (two page limit) 4) Certification of the 8 ITIL Processes ***Failure to submit each of the above documents may cause your offer to be deemed non-responsive and unacceptable.*** All questions must be submitted, in writing, to the Contracting Officer no later than close of business on June 10, 2010. Electronic submittal is preferred and may be sent by email to hawkins.patriciam@epa.gov or by fax at 913 551-9379. Answers to questions submitted will be posted on or about June 14, 2010. QUESTIONS WILL NOT BE ACCEPTED BEYOND CLOSE OF BUSINESS ON JUNE 10, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/0910HPR068R/listing.html)
 
Place of Performance
Address: US EPA Region 10, 1200 Sixth Avenue, Suite 900, Seattle, Washington, 98101, United States
Zip Code: 98101
 
Record
SN02167004-W 20100605/100603234748-685a0d826a1a0a1680106975344e906c (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.