SOLICITATION NOTICE
D -- FireToss Software Maintenance & Support (GE iFix)
- Notice Date
- 3/27/2025 2:43:02 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- ATF WASHINGTON DC 20226 USA
- ZIP Code
- 20226
- Solicitation Number
- 15A00025Q00000037_DJA-25-AOST-PR-0058
- Response Due
- 4/7/2025 2:00:00 PM
- Archive Date
- 04/22/2025
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this Notice. This announcement constitutes the only solicitation for which quotations are being requested. Another written solicitation will not be issued. This Request for Quotation (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, effective January 17, 2025. The Office of Science and Technology, Forensics, Laboratory Services, Fire Research Laboratory (FRL) is the first scientific research laboratory in the United States dedicated to supporting the unique needs of the fire investigation community. It provides the necessary facilities, equipment and staff to work on important fire investigation issues such as: fire scene reconstruction; flashover studies; validation of fire pattern analysis indicators; impact of accelerants on fire growth and spread ignition studies; and electrical fire cause analysis. The objective of this requirement is to award a service contract for the renewal of the previously purchased GE Intelligent Platforms (GE IP) Proficy iFIX SCADA and Historian software licenses to include technical support and version upgrades. This support includes assistance with problems associated with the GE IP Proficy iFIX SCADA and Historian software. GEIP Proficy assistance may include emails, phone conversations, access to their software support portal, and/or specific patches to resolve a problem. See Section 3.0 for specific tasks to be performed. The contract resulting from this RFQ will be firm-fixed price and cost reimbursement for travel/ODCs as required. The anticipated period of performance for this award is identified on each of the CLINs in the RFQ (SF-1449). The attached statement of work details ATF requirements to include tasks, part numbers, quantities, and descriptions. Please read the statement of work carefully when submitting your quotation response. An incomplete response will be considered non-responsive and not accepted. Offerors MUST be registered and Active in the System for Award Management (SAM) system (www.SAM.gov) at the time of quotation submission, pursuant to FAR 52.204-7. Questions related to this RFQ must be sent via email to Amanda.Boshears@ATF.gov by Thursday, March 27, 2025, 11am Eastern Daylight Time (EDT). Questions not received by this date and time will be considered LATE and will not be considered or addressed. OPEN MARKET Quotes shall be submitted via email to Amanda.Boshears@ATF.gov by the Close of this RFQ, Monday, April 6, 2025, 2:00pm EDT. The RFQ # (DJA-25-AOST-PR-0058) must be clearly displayed on the Quote and in the Subject of the email. Quotes MUST be good for 15 calendar days after the close of the RFQ and should be submitted in Good-Faith in order to be responsive. THE PAGE LIMITATION FOR QUOTATION RESPONSES IS 15 PAGES. To be considered for award, vendors must be either the manufacturer or a manufacturer/Federally authorized and certified provider of the services they are offering with a demonstrated capability of delivering the entire order within the timeframes. ATF will award to the responsible firm whose quote conforming to the RFQ will be the most advantageous/best value using the Lowest-Price-Technically-Acceptable (LPTA) method. ATF may review the past performance/delivery of the seller to help determine its technical capability. The selected vendor must comply with the ATF, DOJ, and FAR clauses and provisions in the attached SF-1449 RFQ PDF. The full text of any FAR clauses marked as �by reference� may be viewed via https://www.acquisition.gov/far/. https://marketplace.unisonglobal.com/fbweb/fbobuyDetails.do?token=HoEbqVZgF1rJlJ1P%2BcX7Ao0v6MyJOd0NYAAAAAHeAAgAgTFCGg%2FFzzqQbJAAyVXBA0Or
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a086beeec3e14378a16d2bf60e658048/view)
- Place of Performance
- Address: Beltsville, MD 20705, USA
- Zip Code: 20705
- Country: USA
- Zip Code: 20705
- Record
- SN07388265-F 20250329/250327230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |