SOLICITATION NOTICE
70 -- Intuscan Software - SOW
- Notice Date
- 6/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- HSHQDC-10-Q-00240
- Archive Date
- 12/31/2010
- Point of Contact
- Sharon D Johnson, Phone: 2024475804
- E-Mail Address
-
sharon.d.johnson@hq.dhs.gov
(sharon.d.johnson@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a combined synopsis/solicitation for IntuView computer software and maintenance. The synopsis/solicitation has been prepared in accordance with Federal Acquisition Regulation (FAR) Part 12.6. This announcement constitutes the only solicitation. A written solicitation will not be issued. This combined synopsis/solcitation will result in a firm fixed price contract. This requirement is for the Department of Homeland Security, Office of Intelligence and Analysis, 245 Murray Lane, Washington, DC. The solicitation number for this effort is HSHQDC-10-Q-00240. The provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) may be accessed on the Internet at http://farsite.hill.af.mil/. REQUIREMENT: 1) Intuscan Software Licenses for 2 CPUs/cores (Quantity 2 each), 2) Software Licenses for 4 Workstations (Quantity 4 each), 3) Monthly maintenance/updates subscription (Quantity 2 each), and 4) Future domain/language modules (Quantity 3 each). The North American Industry Classification System (NAICS) code is 541511. Offerors shall be able to provide necessary certifications from the OEM to ensure the software is Brand Name. PERIOD OF PERFORMANCE: 12 months from date of award with two option years. The provision at 52.212-1 Instruction of Offerors - commercial applies to this solicitation. Award will be made to the lowest price technically acceptable offeror. Clause 52.212-3, Offeror Representation and Certification - Commerical Items applies to this solicitation. The clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders are considered check and are applied to this acquisition. 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-9, Personal Identity Vertification of Contractor Personnel; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-6 Notice of Total Small Business Set Aside; 52.219-8 Utilization of Small Business Concerns; 52.22203 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-41 Service Contract Act of 1965 (42 U.S.C. 351); 52.222-50 Combating Trafficking in Persons; 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at www.ccr.gov. QUOTATION ARE DUE to the Department of Homeland Security, Office of Procurement Operations, 245 Murray Lane, Washington, DC 20528 by June 24, 2010. Quotes shall be sent via email to Sharon.D.Johnson@HQ.DHS.GOV. The point of contact for this synopsis/solicitation is Sharon Johnson who can be reached at Sharon.D.Johnson@HQ.DHS.GOV or by phone 202.447.5804.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-Q-00240/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20528, United States
- Zip Code: 20528
- Zip Code: 20528
- Record
- SN02183114-W 20100623/100621234701-906a0e8e548b34be355512d263a1f3b3 (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 |