SOLICITATION NOTICE
D -- Citrix On-Site Support Services - RFQ-1415 - Procurement Risk Assessment (PRA) Clauses - RFQ-1415 - Acquisition Risk Questions - RFQ-1415 Details (Word File) - RFQ-1415 - Key Management Personnel Listing (KMPL) - RFQ-1415 - Statement of Work (SOW) - RFQ-1415 - Security Clauses
- Notice Date
- 6/19/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- RFQ-1415
- Archive Date
- 7/12/2017
- Point of Contact
- Crystal K. Finch, Phone: (703)985-6233
- E-Mail Address
-
ckfinch@ic.fbi.gov
(ckfinch@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- RFQ-1415 - Security Clauses RFQ-1415 - Statement of Work (SOW) RFQ-1415 - Key Management Personnel Listing (KMPL) RFQ-1415 Details (Word File) RFQ-1415 - Acquisition Risk Questions RFQ-1415 - Procurement Risk Assessment (PRA) Clauses *** PLEASE REVIEW SOLICITATION DETAILS AND ALL ASSOCIATED ATTACHMENTS CAREFULLY PRIOR TO RESPONDING. *** This combined synopsis/solicitation for commercial items has been prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice and is issued as a Request for Quote (RFQ). This solicitation is being posted as a Request for Quote (RFQ) under the posting number RFQ-1415 and the incorporated provisions and clauses are those in effect through FAR Federal Acquisition Circular (FAC) 2005-95. REQUESTED PRODUCTS/SERVICES - The Federal Bureau of Investigation (FBI) requests open market pricing for the brand name Citrix Systems, Inc. on-site support services detailed below and in the "Statement of Work (SOW)" file attachment. Only authorized providers of Citrix Systems, Inc. on-site support services will be considered for this procurement; no proposed alternatives will satisfy the agency's requirement. LINE ITEM 0001 - 160 hours of Citrix On-Site Support Services over the course of one year, to be billed quarterly (quantity of 1 personnel position). Performance of required services will occur within FBI and DOJ facilities located throughout the Washington, DC Metropolitan Area. Personnel must be Citrix-certified and possess an active Top Secret (TS) clearance. Please see Statement of Work (SOW) for additional information. SHIPPING/DELIVERY REQUIREMENT - All deliveries under this order shall be FOB destination. All items will be shipped to: Federal Bureau of Investigation (FBI) Engineering Research Facility (ERF) Building 27958-A Quantico, VA 22135 SUBMISSION OF QUESTIONS - Interested offerors must submit any questions concerning the solicitation at the earliest time possible to allow the buyer time to respond. Questions shall be submitted via email only, to the attention of Crystal Finch at ckfinch@ fbi.gov, no later than Monday, June 26, 2017 at 1:00pm (Eastern). Questions sent via other means (e.g. via telephone call, facsimile transmission, etc.) will not receive responses. Please note the following: 1) New products/services only will be accepted for this procurement. 2) Quote(s) must be valid for 60 calendar days following the response deadline. 3) Delivery must be made within 12 months After Receipt of Order (ARO). If any delays occur or are expected to occur, either prior to award or post-award, the offeror shall promptly notify the designated FBI Point of Contact (POC) in writing. 4) Once the response deadline for this RFQ has closed, update(s) regarding this requirement will be provided as soon as possible. All interested parties will be notified of the outcome of this solicitation at the same time. No information regarding award status will be released prior to an official notification being sent; any individual request for updates may not receive a response. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Offerors must carefully review and comply with the terms and conditions detailed in both the "Security Clauses" and the "Procurement Risk Assessment (PRA) Clauses" file attachments, as they apply to this solicitation/requirement. These attachments include information on the following: 1) "Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability - Solicitation," 2) "Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse - Solicitation," 3) "Classified Contract Special Security Requirement," 4) "Contracting Officer's Security Representative (COSR)," 5) "Security Requirements Applicable to Contractor Personnel with Access to FBI Locations, Protected Information, and/or Information Systems," 6) "Contractor Suitability Requirements," 7) "Access to Federal Bureau of Investigation (FBI) Locations," 8) "Consent for Warrantless Searches of Department of Justice (DOJ) Workplaces," 9) "Contracts Involving Access to Classified Information," and 10) "Requirements for Procurement of Critical Assets." Offerors must also complete the "Acquisition Risk Questions" and "Key Management Personnel Listing (KMPL)" forms for inclusion in their quote/solicitation responses. SUBMISSION OF QUOTES - Quotes/offers and any accompanying information shall be submitted via email only, to the attention of Crystal Finch at ckfinch@fbi.gov, no later than Tuesday, June 27, 2017 at 1:00pm (Eastern). Quotes sent via other means (e.g. via telephone call, facsimile transmission, etc.) will not be considered. Offers must be valid for 60 calendar days following the response deadline, and shall include the following information: 1) Pricing and product description for each line item, 2) Offeror Tax ID Number, 3) Offeror DUNS Number, and 4) Offeror contact information with email and telephone information. EVALUATION FACTORS - Award will be made to the lowest price/technically acceptable offeror. SAM.GOV REQUIREMENT - Please ensure your firm is registered in System for Award Management (SAM). Effective July 29, 2012, all vendors must be registered on www.SAM.gov (SAM) to be considered eligible to receive government contracts. The FBI is utilizing a new financial system that has a direct interface with the SAM. If any current FBI vendor data conflicts with SAM data, the information contained in SAM may override our current information. Please ensure that your company's SAM information is updated and accurate. This includes: TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ-1415/listing.html)
- Place of Performance
- Address: Federal Bureau of Investigation (FBI), Engineering Research Facility (ERF), Building 27958-A, Quantico, Virginia, 22135, United States
- Zip Code: 22135
- Zip Code: 22135
- Record
- SN04549610-W 20170621/170619235221-c560a12b579fd344b10dd4dd21bc29e1 (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 |