SPECIAL NOTICE
D -- Support & Maintenance of PenLink PLX Licenses
- Notice Date
- 3/15/2018
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Homeland Security, DHS Office of the Inspector General, DHS Office of the Inspector General, 1120 Vermont Avenue, NW, Washington, District of Columbia, 20005, United States
- ZIP Code
- 20005
- Solicitation Number
- 70VT1518Q00018
- Archive Date
- 4/6/2018
- Point of Contact
- Tamika Richardson, Phone: 2022544065
- E-Mail Address
-
Tamika.Richardson@oig.dhs.gov
(Tamika.Richardson@oig.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT per FAR 6.302-1. The Department of Homeland Security - Office of Inspector General (DHS-OIG), Office of Acquisition intends to solicit, negotiate and award a sole source contract to Pen-Link, Ltd. 5944 VanDervoort Drive, Lincoln, NE 68516 for licenses, support and maintenance of PenLink PLX Software. PenLink PLX is a software utilized by Investigators for the analysis of communications intercept, communications collection, and database information. PenLink software enables INV users to analyze proprietary data files from domestic and international communications service providers, which contain records of electronic communications. DHS-OIG currently owns several licenses of PenLink PLX software, which is utilized by the Office of Investigations (INV). The licenses, maintenance, and support are required to be renewed annually and can only be acquired through Pen-Link, as the software is proprietary. The Government anticipates awarding a Firm Fixed Price contract for (1) base year and (4) one-year option periods. This notice of intent is for informational purposes only, therefore, no solicitation package will result from this synopsis. However, firms that believe they can fully meet the Government's requirements may submit substantiating capability documentation in writing to the identified point of contact within five (5) calendar days after publication of this notice. This notice of intent is not a request for proposals or quotations. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Interested parties may identify their interest and capability by responding to this requirement to Tamika Richardson, Contracting Officer, via email: Tamika.Richardson@oig.dhs.gov, no later than 5:00 pm Eastern Time, March 22, 2018. All information submitted should support the offeror's capability to provide the required services, and shall be furnished at no cost or obligation to the Government. DHS-OIG will not reimburse for any costs connected with providing the capability information. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these services. Verbal responses are not acceptable in response to this notice and will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2b99dc475c576ccc31929c915c9fb4fc)
- Place of Performance
- Address: Dept. of Homeland Secuity-Office of Inspector General, 245 Murray Drive SW, Mail Stop 2600, Washington, District of Columbia, 20528, United States
- Zip Code: 20528
- Zip Code: 20528
- Record
- SN04856031-W 20180317/180315231907-2b99dc475c576ccc31929c915c9fb4fc (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 |