MODIFICATION
70 -- CTI Software Platform
- Notice Date
- 6/11/2012
- Notice Type
- Modification/Amendment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223, United States
- ZIP Code
- 20223
- Solicitation Number
- HSSS01-12-R-0051
- Archive Date
- 7/7/2012
- Point of Contact
- Andrew J. Baker, Phone: 2024066830
- E-Mail Address
-
andrew.j.baker@usss.dhs.gov
(andrew.j.baker@usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement, and its attachments, constitutes the only solicitation; a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59, effective May 15, 2012. A small business set-aside/reservation is not in effect. The applicable NAICS code is 511210, with an applicable small business size standard of $25.0 million. This solicitation is primarily for intercept software and ancillary support and training, in accordance with the Communications Assistance for Law Enforcement Act of 1994; the Pen/Trap Statute, 18 U.S.C. 3121-3127; the Wiretap Statute ("Title III"), 18 U.S.C. 2510-2522; and Required Disclosure of Customer Communications or Records, 18 U.S.C. 2703. The Government is seeking intercept software solutions involving "provider delivered" Title III content and metadata, "probe based" Title III content and metadata, analytics, minimization, and evidence preservation. Contractors believing themselves capable of providing these solutions must provide their Central Contractor Registration (CCR) information, namely their DUNS, in an email to the Point of Contact below to receive solicitation documents, which will include the following: (1) A list of contract line item number(s) and items, quantities, and units of measure; (2) A description of requirements for the items to be acquired; (3) The date and place of delivery and acceptance and FOB point; and (4) Additional terms and conditions, if any. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, is not applicable to this acquisition; see attachment for applicable evaluation criteria and Offeror submission requirements. Offerors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offers or shall maintain current ORCA/SAM registration (effective May 29, 2012). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition along with any additional FAR clauses cited in that clause. Agency clause USSS 3052.204-90 is applicable: "In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both." Amendments to this synopsis/solicitation, if any, will be posted here in the same manner as the initial synopsis and solicitation. NOTE: This is a two step acquisition process. The deadline for delivering the required response to Step One is June 22, 2012, at 5:00PM Eastern. Step One includes deliverables addressing Corporate Experience, Past Performance, and Management; contractors are admonished to contact the USSS POC via email as soon as possible to receive the RFP documents to afford themselves sufficent time to comply with Step One's delivery requirements. The deadline for delivering the required response to Step Two (for those Offerors continuing to Step Two) will be 30 days after Government's submittal of notice that an Offeror may proceed to Step Two.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-R-0051/listing.html)
- Place of Performance
- Address: Washington, DC 20785, Washington, District of Columbia, 20785, United States
- Zip Code: 20785
- Zip Code: 20785
- Record
- SN02772408-W 20120613/120611235503-6a5da59021cf52a538b2337fe8681593 (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 |