SOLICITATION NOTICE
D -- TeamMateŽAuditManagerSystem Software Maintenance Renewal
- Notice Date
- 2/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 14-233-SOL-00101
- Point of Contact
- Michele Namoski, Phone: 301-443-3337
- E-Mail Address
-
SHELLEY.NAMOSKI@PSC.HHS.GOV
(SHELLEY.NAMOSKI@PSC.HHS.GOV)
- Small Business Set-Aside
- N/A
- Description
- (i) 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. (ii) The solicitation number is 14-233-SOL-00101. The solicitation is issued as a Request for Quote (RFQ) (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. (iv) The corresponding NAICS code is 511210 and the small business size standard is $35.5 million. (v) List of contract line item number(s) and items, quantities and units of measure: TeamMate® AM Audit Management System Software Maintenance Renewal. Quantity 700 Licenses per year. Base Year $______________, Option Year I ______________, Option Year II $ _______________, Total (3 years) ___________ (vi) Description of Requirements - N/A (vii) Delivery and services are to be delivered FOB at the HHS/OIG Headquarters located at the Cohen Building, 330 Independence Ave., SW, Washington, DC 20201. The period of performance is March 1, 2014 through February 28, 2015, with two 1-year options. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) 52.212-2 Evaluation-Commercial Items. (Jan 1999) (a) The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA).(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer or acknowledge its listing in the System of Award Management (SAM). (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clauses at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995) (41U.S.C.253g and 10U.S.C.2402); _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. (DEC 2010)(31 U.S.C 6101 note) _X_ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). _X_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _X_ (42) 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). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) Brand Name Justification: The Office of the Inspector General (OIG) uses TeamMate®AM software as its primary electronic work preparation software for conducting audits. OIG is standardized on TeamMate and holds 700 licenses across its headquarters and regional offices. The renewal is critical to the continued use of this product to perform mission and mandated Audit work activities. (xiv) DPAS - N/A (xv) Quotes are due Wednesday, February 21, 2014 by 3:00 pm, EST, electronically to the Contract Specialist at shelley.namoski@psc.hhs.gov with "RFQ-14-233-SOL-00101 - TeamMate®AM Software Maintenance Renewal - Quote" in the subject line. (xvi) Contact Ms. Michele Namoski, Contract Specialist, at shelley.namoski@psc.hhs.gov regarding this solicitation. All inquiries must be emailed to the Contract Specialist, with "RFQ 14-233-SOL-00101 -TeamMate®AM Software Maintenance Renewal - Inquiries" in the subject line. All inquiries are due by February 19, 2014 by 10:00am, EST, electronically to the Contract Specialist at shelley.namoski@psc.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/14-233-SOL-00101/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN03289029-W 20140216/140214233918-f280870888a660634ef2a01baaba3532 (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 |