Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2012 FBO #3884
SOLICITATION NOTICE

D -- eEye Digital-Retina Enterprise Scanning Tool

Notice Date
7/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
 
ZIP Code
00000
 
Solicitation Number
DTMC75-12-Q-00019
 
Archive Date
7/19/2012
 
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 prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation is hereby provided as an attachment. Solicitation number DTMC75-12-Q-00019 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-58.The associated NAICS code is 423430. The small business size standard is 500 employees. The Small Business Competitiveness Demonstration Program is not applicable to this acquisition. The Federal Motor Carrier Safety Administration, a bureau of the U.S. Department of Transportation, has a requirement for "Brand Name or Equal" eEye Digital -Retina Enterprise Scanning Tool including technical support. 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 offeror 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 period of performance shall be for 12 months from the effective date of award. The place of delivery and government acceptance shall be Washington, DC. The resultant order which shall be Firm Fixed Price shall be comprised of the seven (7) Contract Line Item Numbers (CLIN) listed below. CLIN 00001 Retina with Retina CS Console Bundle for 2560 Assets Including; Retina Insight, Retina Protection Agent, Enterprise Update Server, 8x5 Phone Support SKU: RetX-Sftw-CS-02500-P CLIN 00002 Retina Enterprise Maintenance Renewal SKU: RetS-Sftw-MT-xxxxx-M CLIN 00003 Configuration Compliance Module 2560 Assets SKU: RetXC-Sftw-CS-02500-P CLIN 00004 Government Reporting Pack 2560 SKU: RetXG-Sftw-BS-02500-P CLIN 00005 Iris Network Traffic Analyzer Basic Support Renewal SKU: IRIS-Sftw-SB-00001-R CLIN 00006 ProServe Jumpstart 8 hr web based setup/config, product training SKU: PSrv-JSsw-xx-xxxxx-x CLIN 00007 Retina Web Security Scanner Unlimited Scanning of one URL/Web Application Renewal, 3 Seats 12 apps 2 apps 1 app SKU: RetW-Sftw-xx-0001-R Firms must submit a complete quotation. Quotations shall remain valid for 90 days. One copy shall be submitted as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be submitted by email. The quotation shall contain all content and shall be sized to permit electronic submission. Each quotation submission shall be on 8-1/2 x 11-inch paper, in a commercially standard font. Each page in the quotation shall be separately numbered. Any additional clauses required by public law, executive order, or acquisition regulations in effect at the time of execution of the order will be included. The Government reserves the right to make zero, one, or more awards and will not be liable for any costs incurred in response to this solicitation. The Government will evaluate quotes in accordance with the evaluation factors set forth in this RFQ. The quote shall demonstrate a reasonable relationship between the services offered and the prices for those services. Firms shall offer to perform all requirements. Section I - Approach & Past Performance Approach Past Performance •· On-time Delivery •· Relevant Experience - Describe at least three (3) projects performed well in the last three years relevant to this project. Section II - Business and Pricing Price •· Firm Fixed Prices •· FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Firm fixed prices shall be binding. Firms must disclose their business practices and prices in a format that provides sufficient information for the Contracting Officer to make a determination of fair and reasonable pricing. Basis for Award The objective of the source selection is to select the offer that represents the best value to the Government. All evaluation factors that will affect contract award and their relative importance are set forth in the solicitation. The evaluation factors are listed in order of importance. While Price will not receive an adjectival rating, it shall be evaluated. Award shall be based on an integrated assessment of offers using all factors in the solicitation. Award may be made based on initial offers. Evaluation Award will be made to the responsible Contractor that offers the best value to the Government. The quote will be evaluated based on the factors set forth below. The factors, although relatively equal, are listed in order of importance. Approach - The likelihood of effectively meeting requirements Past Performance - The relevance and quality of prior performance Price - The amount, realism, balance, and consistency of the evaluated price. The evaluation will be based on use of an adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence Good (G) - Beneficial and worthwhile; sound and valid Unsatisfactory (U) - Not acceptable, not adequate to carry out The provision at 52.212-1, Instructions to Offerors-Commercial, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items shall apply to this acquisition as set forth in the attached RFQ. The following Federal Acquisition Regulation clauses shall also be applicable to this acquisition: 52.227-14 Rights In Data--General (Dec 2007). Additionally, Department of Transportation clause 1252.223-73 Seat Belt Use Policies and Programs (APR 2005). All offers shall not exceed 10 pages. All offers shall include two sections, i.e., Section I - Approach and Past Performance and Section II - Business and Pricing. Section I shall 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 00001-00007. Note. FAR 52.212-3 shall not count toward the 10 page limitation. A Defense Priorities and Allocations System (DPAS) rating is not applicable to this acquisition. Questions and comments may be directed electronically to Prattsie.Artis@dot.gov by 10:00 a.m. (local time) on July 17, 2012. Interested firms shall submit its written quotation electronically not later than that the specified response date and time. All quotations shall be addressed to Prattsie.Artis@dot.gov, Contract Specialist, Contract Specialist, at DOT/FMCSA/Acquisitions Management, 1200 New Jersey Avenue, Washington, DC, 20590. The quotes submitted shall form the basis for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/DTMC75/75/DTMC75-12-Q-00019/listing.html)
 
Record
SN02799588-W 20120713/120711235528-49435068956852969733ebba69511a12 (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 |
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.