Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOLICITATION NOTICE

70 -- Vanguard Enforcer

Notice Date
9/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
SAC-001
 
Archive Date
10/2/2012
 
Point of Contact
Shirley Campbell, Phone: 202-283-1338
 
E-Mail Address
shirley.a.campbell@irs.gov
(shirley.a.campbell@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Internal Revenue Service intends to make an award to Vanguard Integrity Professionals, for the upgrade to the IRS of the IRS Martinsburg’s mainframe CPU (serial number 1DDE6) to a z196 Enterprise class model 2817-M32-710. The IRS is currently licensed for 19,560 MIPS for the Enforcer and InCompliance on an enterprise agreement. With the addition of the upgrade CPU at 800 MIPS, the new total will be 20,360 MIPS. This is cover under the authority of 41 USC 253(c)(1). The associated North American Industry Classification System (NAICS) code is 541511 Custom Computer Programming Services. The Vanguard Enforcer, Vanguard InCompliance Software is already installed and operating in the IRS environment as described above. It would be too costly to procure new software, install and test the software, and have it operational to support daily workloads. This requirement will be made on a sole source basis under the guidelines of the above mentioned authority that the Vanguard Enforcer, Vanguard InCompliance Licenses with maintenance and support being proprietary to one manufacturer. The requirement will be fulfilled by the upgrade of the mainframe CPU and the 800 MIPS. Period of Performance is from date of September 15, 2012 – September 30, 2013. All products/services must be in compliance with Section 508 of the Rehabilitation Act. The appropriate Section 508 provisions for the supplies being procured is 1194-1121(a-l), 1194-1122(a-p), 1194.31(a-f) and 1194.41 (a-c). Supplies delivered as a result of this solicitation should be accepted based in part on satisfaction of 1194.31(a-f) and 1194.41 (a-c) requirements for accessibility. The following standards and provisions apply for Section 508 Determination: IRSAP 1052.239-9008 – Section 508 Information, Documentation, and Support (Sept 2006) and IRSAP 1052.239–9010 – Services (Sep 2006). Please contact Shirley.A.Campbell@irs.gov via e-mail to view the clauses. The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-60 are applicable to this procurement: FAR 52.212-1, Instructions to Offeror - Commercial, and FAR 212-2, Evaluation - Commercial Items, apply to this acquisition. Offeror shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 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 and 52.232-33, 52.217-9, Option to Extend Term of the Contract and Payment of Electronic Funds Transfer – Central Contractor Registration. This notice of intent to award should not be construed as a commitment by the Government to issue a formal Request for Proposal (RFP), Request for Quotation (RFQ) or contract. Any information provided to the Government is strictly voluntary. Responses to the notice of intent to award will not serve as proposals, bids, or offers which could be accepted by the Government to form a binding contract. As such, the Government will not cover any costs for any information or inquiry submitted as a result of this request. Please include the name of the point of contact, e-mail address and telephone number should the Government have questions regarding individual responses. Please note: A SOLICIATION DOES NOT EXIST. Any comments should be provided no later than 12 PM EST on September 14, 2012. Inquires and/or questions may be sent to the attention of Shirley Campbell by e-mail to: Shirley.A.Campbell@irs.gov. The reference number for this announcement is S03-SAC. If no compelling responses are received, the award for this requirement will be made to Vanguard Integrity Professionals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/SAC-001/listing.html)
 
Place of Performance
Address: 250 Murall Drive, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN02880291-W 20120914/120913001918-0eeaf2a43ff503b0c77b3828febff79f (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.