Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2012 FBO #3780
SOLICITATION NOTICE

70 -- Statistical Analysis and Data Management Software and Maintenance - Attachment 1

Notice Date
3/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
National Transportation Safety Board, National Transportation Safety Board, Acquisition Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
 
ZIP Code
20594
 
Solicitation Number
NTSB-R-12-0005
 
Archive Date
5/10/2012
 
Point of Contact
BRYAN J. MOY, Phone: 202-314-6282
 
E-Mail Address
bryan.moy@ntsb.gov
(bryan.moy@ntsb.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is NTSB-R-12-0005. This solicitation is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. This requirement is issued as a total small business set-aside. The associated NAICS code is 423430, Computer and Computer Peripheral Equipment and Software Merchant Wholesalers, with a small business size standard of 100 employees. Background The National Transportation Safety Board (NTSB) is an independent Federal agency charged by Congress with investigating every civil aviation accident in the United States and significant accidents in the other modes of transportation -- highway, marine, railroad, and pipeline -- and issuing safety recommendations aimed at preventing future accidents. The NTSB's Office of Research and Engineering (RE), Safety Research and Statistical Analysis Division (RE-10) has a requirement for software to assist in the analysis and management of statistical data. The NTSB has the need for seven licenses for technical support, software upgrades as appropriate and maintenance. Description of Requirement The NTSB has a requirement for the purchase of: Line Item Number 0001: Quantity: 1 Year, Statistical Analysis and Data Management Software. Period of Performance: BASE YEAR. Line Item Number 0002: Quantity: 1 Year, Statistical Analysis and Data Management Software Maintenance. Period of Performance: OPTION YEAR 1. Line Item Number 0003: Quantity 1 Year, Statistical Analysis and Data Management Software Maintenance. Period of Performance: OPTION YEAR 2. Line Item Number 0004: Quantity 1 Year, Statistical Analysis and Data Management Software Maintenance. Period of Performance: OPTION YEAR 3. Line Item Number 0005: Quantity 1 Year, Statistical Analysis and Data Management Software Maintenance. Period of Performance: OPTION YEAR 4. Review Attachment 1 which is attached hereto and incorporated herein for a detailed description of the requirement. Basis for Award The Government may award one (1) firm-fixed price contract to the responsible Contractor whose proposal that conforms to the combined synopsis/solicitation will be most advantageous to the Government, price and other non-price factors considered, such that it provides the best value to the Government. See Attachment 1 for additional information. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the NTSB. Clauses and Provisions The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. 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 the clause are applicable to the acquisition: The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this combined synopsis/solicitation by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (5) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). (6) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub.L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (7) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (8) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). (9) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (10) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (11) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (12) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (13) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (14) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (15) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (16) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (17) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (18) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (19) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (20) 52.217-7 Option for Increased Quantity - Separately Priced Line Item (Mar 1989). The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (21) 52.217-9 Option to Extend the Term of the Contract (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. Submission of Proposals Your proposal must be received no later than 4:30 p.m., Eastern Standard Time (EST), on April 25, 2012. LATE PROPOSALS MAY NOT BE CONSIDERED in accordance with FAR provision 52.212-1. Offers may be transmitted via email to: Bryan J. Moy Email: Bryan.Moy@ntsb.gov The maximum size of an email, including attachments, which the NTSB email server can accept is 5 megabytes (MB). Therefore, the Contractor may choose to send their proposal in separate emails, if the combined file size of any email received by the NTSB email server will exceed 5MB. Contractors are encouraged to remove excess graphics from their proposals to ensure proposals remain under the file size limit. It is the Contractor's responsibility to ensure that the designated point of contact has received your proposal at the email address of the contact specified above by the proposal due date. Questions Regarding the Combined Synopsis/Solicitation All questions regarding this combined synopsis/solicitation shall be directed to Bryan J. Moy via email at bryan.moy@ntsb.gov. ALL QUESTIONS MUST BE RECEIVED BY 4:30 p.m. EST on April 9, 2012. Bryan J. Moy Contracting Officer National Transportation Safety Board Phone: (202) 314-6282 Email: bryan.moy@ntsb.gov Electronic Dissemination of Combined Synopsis/Solicitation Access to this combined synopsis/solicitation and amendments shall be posted on the Federal Business Opportunities website: www.fbo.gov. Amendments to the combined synopsis/solicitation shall be publicized in the same manner as the initial synopsis/solicitation. All Contractors are cautioned that it is your responsibility to frequently check back to the website to ensure that you have received all issued amendments
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NTSB/CMS/WashingtonDC/NTSB-R-12-0005/listing.html)
 
Place of Performance
Address: National Transportation Safety Board (NTSB), 490 L'Enfant Plaza, SW, Washington, District of Columbia, 20594, United States
Zip Code: 20594
 
Record
SN02708973-W 20120331/120329235318-7b429ca3c1d72683deb53fef06a44587 (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.