SOLICITATION NOTICE
D -- Object-Oriented Database for Sentri V2.0
- Notice Date
- 9/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
- ZIP Code
- 00000
- Solicitation Number
- MC-RI-10-0132
- Archive Date
- 10/1/2010
- Point of Contact
- Prattsie Artis, Phone: 2023852466
- E-Mail Address
-
Prattsie.Artis@dot.gov
(Prattsie.Artis@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items in accordance with the Federal Acquisition Regulations (FAR) Part 12 through Federal Acquisition Circular (FAC) 2005-43, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation Number MC-RI-10-0132 is issued as a request for quotations. The associated North America Industry Classification System code is 541512. The Department of Transportation (DOT), Federal Motor Carrier Safety Administration (FMCSA), has a requirement for an object-oriented database (OODB) as the persistence engine for Sentri V2.0. The government requirement is for a "Brand Name or Equal" object-oriented database for SENTRI. Specifically, (a) DB40-RT: Unlimited db40 Runtime Commercial Distribution and (b) DB49-MT: Unlimited Developer Network Memberships (dDN). The offeror shall propose only those products which meet the same fit and functionality of the required items. For those products that the offeror deems to be "Equal", the offerors shall be responsible for submitting all additional information necessary for the Government to determine whether the product offered meets the salient specifications of the "Brand Name" item listed herein. The contract deliverables shall include CLIN 0001: (a) DB40-RT: Unlimited db40 Runtime Commercial Distribution and (b) DB49-MT:Unlimited Developer Network Memberships (dDN), Base Period, Year 1, Period of Performance is 12 months; OPTIONAL ITEM: CLIN 0002: Unlimited Developer Network Membership, Year 2, Period of Performance is 12 months; and, OPTIONAL ITEM: CLIN 0003: Unlimited Developer Network Membership, Year 3, Period of Performance is 12 months. The government's estimate is $21,000. The anticipated award resulting from this solicitation is anticipated before September 30, 2010. The place of delivery and government acceptance shall be Washington, DC 20590. FAR clause 52.212-1, Instructions to Offerors-Commercial (Jun 2008), 52.212-2, Evaluation-Commercial Items (Jan 1999) shall be applicable to this acquisition. The provision at FAR 52.212-2 Evaluation-Commercial Items (Aug 2009) applies: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors shall include a completed copy of the provision at http://www.acquisition.gov/far 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009). FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010) applies to this acquisition and the following additional FAR clauses cited therein are applicable to this acquisition: 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2009), 52.222-3 Convict Labor (Jun 2003), 52.222-21 Prohibition Of Segregated Facilities (Feb 1999), 52.225-1 Buy American Act-Supplies (Feb 2009), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action For Workers With Disabilities (Jun 1998), and 52.225-13 Restrictions On Certain Foreign Purchases (Jun 2008). FAR clause 52.227-14 Rights in Data-General shall also be applicable to this acquisition. All offers shall include two sections, i.e., Section I - Approach and Past Performance and Section II - Business and Pricing. Section I shall address the technical aspects of the proposed item and include a list of three (3) projects - Past Performance references - performed within the last three years. Section II shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, and complete pricing for CLINs 0001-0003. Note 25 at http://www.fbo.gov/Numbered_Notes.html. All interested firms that meet the requirements and can provide the requested services may respond to this combined synopsis/solicitation by submitting a written quotation electronically to Ms. Prattsie.Artis@dot.gov, Contract Specialist, at DOC/FMCSA/Acquisitions Management, 1200 New Jersey Avenue, Washington, DC, 20590, to be received not later than 10:00 a.m. (local time) on September 22, 2010. Responses shall not exceed more than ten (10) pages including a letter of transmittal. Note. FAR 52.212-3 shall not count toward the 10 page limitation. It is the responsibility of the offeror to confirm DOT's receipt of its quotation. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/DTMC75/75/MC-RI-10-0132/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20590, United States
- Zip Code: 20590
- Zip Code: 20590
- Record
- SN02291114-W 20100923/100921235701-ad8da7bd4690121647f29380043cc2fb (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 |