Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2004 FBO #0780
SOLICITATION NOTICE

D -- LEADMINER SOFTWARE

Notice Date
1/14/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
Reference-Number-LeadMiner
 
Response Due
1/20/2004
 
Archive Date
2/4/2004
 
Point of Contact
Shelby Buford, Jr., Contracting Officer, Phone 2023533772, Fax 2026162414, - Shelby Buford, Jr., Contracting Officer, Phone 2023533772, Fax 2026162414,
 
E-Mail Address
shelby.buford@dhs.gov, shelby.buford@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), plans to award a commercial item acquisition contract for LEAD Miner software and support services. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2001-18 dated December 11, 2003. DHS, ICE, Financial Investigations Division, Money Laundering Coordination Center (MLCC) has a sole-source requirement, utilizing FAR Subpart 13.5, with DataMining International Inc. (DMI) 56 Fillmer Avenue, Los Gatos, CA 95030 for LEADMiner software and support services. LEADMiner is web-based, proprietary datamining software, which allows investigators to analyze a combination of structured and unstructured data using flexible drilldown and expert system-based artificial intelligence techniques built around relationship discovery using custom algorithms. The features of the LEADMiner software include, but are not limited to, the following: The software supports over twenty-five (25) Customs database types with content specific-knowledge. The databases the software is designed to analyze includes Currency Transaction Report (CTR), Currency Monitary Instrument Report (CMIR), Suspicious Activity Report (SAR), Shippers Exportation Declaration (SED), Casino Cash, 7501, International Imports and International Exports; the software has a ?Trade Discrepancy? analysis feature which automates the comparison of United States Trade Data with Partner governments Trade Data; the software has a Micorsoft Windows based user interface and a compatible web-based user interface and the software supports drill-down/drill-up capability, customizable workspaces, threading and seeding and works with structured, partially structured and unstructured data. MLCC plans on purchasing fourteen (14) copies of LEADMiner software, as well as, 700 hours of LEADMiner support services. Seven (7) copies of the software shall be delivered to Washington, D.C. and seven (7) shall be delivered to Bogota, Columbia. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (OCT 2003), and the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2003), applies to this acquisition. Offerors shall submit a fully executed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items (JUN 2003) with their offer. The clause at FAR 52.212-5, Contract Terms and Conditions Require to Implement Statutes or Executive Orders--Commercial Items (OCT 2003), applies to this acquisition as well as the following clauses cited therein: 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (AUG 2000) (42 U.S.C. 6962(c)(3)(A)(ii)); 52.225-13, Restrictions on Certain Foreign Purchases (OCT 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). Electronic and Information Technology Accessibility Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by P.L. 105-220 under Title IV (Rehabilitation Act Amendments of 1998) and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR part 1194) require that all EIT acquired must ensure that: 1. Federal employees with disabilities have access to use of information and data this is comparable to the access and use by Federal employees who are not individuals with disabilities and 2. Members of the public with disabilities seeking information or services from an agency have access to and use of information and data that is comparable to the access to and use of information and data by members of the public who are not individuals with disabilities. This requirement includes the development, procurement, maintenance, and/or use of EIT products/services; therefore, any proposal submitted in response to this solicitation must demonstrate compliance with the established EIT Accessibility Standards. Further information about Section 508 is available via the Internet http://www.section508.gov. The proposed simplified acquisition action is for supplies or services for which the government intends to solicit and negotiate with only one source under authority of FAR Subpart 6.302. Interested persons may identify their interest and capability to respond to this requirement or submit quotations within 5 days after the date of publication of this notice. A determination by the government not to compete this proposed simplified acquisition based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responses are due on or before Tuesday, January 20, 2004, 5:00 P.M. Eastern Standard Time and should be sent electronically to Shelby.Buford@dhs.gov or faxed to the attention of Shelby Buford, Jr. at 202 616-2414.
 
Place of Performance
Address: Washington, D.C.
Zip Code: 20536
 
Record
SN00503438-W 20040116/040114211527 (fbodaily.com)
 
Source
FedBizOpps.gov 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.