SOLICITATION NOTICE
D -- Malware Event Consulting Services - SOW
- Notice Date
- 6/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 2012-Q-14399B
- Archive Date
- 6/29/2012
- Point of Contact
- Amy C. Feemster, Phone: 7704882058
- E-Mail Address
-
KFV4@cdc.gov
(KFV4@cdc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Information Technology Clauses Statement of Work 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 Department of Health and Human Services (DHHS) Computer Security Incident Response Center (CSIRC) requires an enhancement to Agiliance Risk Vision System. This request for quote is a 100% small business set aside. The NAICS code for this action is 511210. Travel Expenses may be included if required and will be reimbursed in accordance with Federal Travel Regulations. Offerors shall propose firm fixed price and an estimated travel cost. The selected Offeror must comply with the following commercial item terms and conditions. Clause Description FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors - Commercial Items. FAR 52.212- 2 Evaluation - Commercial Items. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions -- Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-19, 52.222-21, 52.222-26, 52.232-3. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected offeror shall also comply with HHS Information Technology security clauses attached. In addition to the instructions in FAR 52.212-1; all offers shall include the following: 1. Technical Approach: Contractors shall provide a discussion of their technical approach for providing the service required for this requirement. This discussion shall be in the contractors own words and shall reflect a clear understanding of the work to be accomplished. 2. Staffing Plan: Contractors shall provide a detailed statement of the staffing proposed for this requirement, including: (1) Resumes from key personnel outlining the credentials and backgrounds of key personnel to be used for this requirement (2) a details plan that described current staff's availability for this requirement. 3. Similar Experience: Contractors shall provide a description of their experience as an Agiliance authorized partner in projects of the same size, scope and complexity. The following evaluation factors are inserted into FAR 52.212-2: 1. Technical Approach: The offerors technical approach will be evaluated to determine the offerors understanding of the requirement and feasibility of the approach. 2. Staffing Plan: The proposed staffing will be evaluated to ensure that they contain the required experience and are available to commence work immediately among contract award. 3. Past Performance: The offeror past performance will be evaluated to to determine the offerors experience and past performance with projects of the same size, scope and complexity. 4. Price: Price will be evaluated to ensure that it is fair and reasonable All non-price factors will be evaluated on a go/no-go basis. Award will be issued to the lowest price technically acceptable. Basis of award: The Government intends to make award to the offer whose is technically acceptable and provides the lowest price. Tha anticipated line items will be: 1) Consulting Services 2) Project Manager 3) Travel (reimbursable in accordance with Federal Travel Regulations) Questions may be submitted to Amy Feemster via email to KFV4@cdc.gov with the subject "Malware Event Questions". Questions will not be accepted via phone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2012-Q-14399B/listing.html)
- Place of Performance
- Address: Atlanta, Georgia, 30341, United States
- Zip Code: 30341
- Zip Code: 30341
- Record
- SN02769422-W 20120609/120607235831-892357131cda8bcf6dd50c8eaad7e1df (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 |