SOLICITATION NOTICE
D -- Informatica Software Installation and Migration - Statement of Work
- Notice Date
- 6/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
- ZIP Code
- 20223
- Solicitation Number
- USSS291758
- Archive Date
- 7/30/2011
- Point of Contact
- April C. Delancy, Phone: 2024066808
- E-Mail Address
-
april.delancy@usss.dhs.gov
(april.delancy@usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Full Statement of Work This is a combined synopsis / solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number USSS291758 applies and is issued as a Request for Quotation (RFQ) in conjunction with FAR Part 12, Commercial Items and FAR Part 13, Simplified Acquisition. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The NAICS code is 541511 and the applicable size standard is $25M. The anticipated contract type will be a fixed price purchase order. This procurement is unrestricted. Hourly rate: _____________________ Number of Hours proposed: _________________ Extended Total Firm Fixed Price:______________ Place of Performance - U.S. Secret Service, 950 H Street, NW Washington, DC 20223 phone number - 202-610-6860. Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •(i) Key Personnel •(ii) Experience of Key Personnel •(iii) Past Performance •(iv) Price. •1) Key Personnel - Resume(s) of the key personnel to be involved in the project shall be submitted by the offeror. Resume(s) must be limited to two pages in length. Resume(s) shall include work experience with the name and telephone number of each supervisor; qualifications and/or education background; and accomplishments, achievements and awards in the areas referenced under the Statement of Work. •2) Experience of Key Personnel •a) Describe your experience performing projects similar to this requirement •3) Past Performance: The offeror shall submit a listing of at least three (3) recent and relevant contracts held within the past three (3) years in which similar services have been performed. Any contracts during this period that resulted in disputes over non-performance between the offeror and a client shall be identified. For each listing, please provide basic information as follows: Name of Government Agency/Company Client; Two (2) Individual Points of Contact and current Telephone Number(s); Address of Client; Contract Number and Dollar Amount; Description of Services Provided; and Period of Performance. Note: Offerors are reminded that both independent data and data provided by offerors in their proposals may be used to evaluate offeror past performance. The Government may not necessarily interview any or all of the sources provided. Also, the Government does not assume the duty to search for data to cure the problems it finds in the proposals. The burden of providing thorough and complete past performance information remains with the offerors. •4) Price Basis for Award The evaluation will be based on best value principles. Accordingly, award will be made to the responsible and technically acceptable Offeror whose proposal provides the greatest overall value to the Government, price and other factors considered. This will be determined by comparing the value of the differences in the technical capabilities for competing offers based on their strengths, weaknesses, and risks with differences of their price to the Government. In making this comparison, the Government is more concerned with obtaining superior technical capabilities than with making an award at the lowest overall cost to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve slightly superior technical skills. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include all information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Full texts of clauses are available at http://farsite.hill.af.mil. Responsible offeror must be active in the Central Contractor Registry in accordance with FAR 52.204-7. DUNS, TIN, and CAGE Code must be written on submitted quote. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 3052.209-70 Prohibition on contracts with corporate expatriates. (JUN 2006) ; - In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. (End of clause). The government will award the purchase order to the offeror providing the most highly qualified personnel at the most advantageous price to the Government. Offers should be submitted via e-mail to April Delancy, april.delancy@usss.dhs.gov. Offers must be received no later than 3:00 p.m. Eastern Time, Friday, July 15, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/USSS291758/listing.html)
- Place of Performance
- Address: 950 H Street NW, Washington, District of Columbia, 20223, United States
- Zip Code: 20223
- Zip Code: 20223
- Record
- SN02484620-W 20110630/110628235106-b124f2737a9c0cc694834d73a54eb878 (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 |