Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2012 FBO #3921
SOLICITATION NOTICE

D -- Fleet Management Software and Support - (Draft) - (Draft) - (Draft) - (Draft)

Notice Date
8/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region VII, 901 North 5th Street, Kansas City, Kansas, 66101
 
ZIP Code
66101
 
Solicitation Number
RFQ-KS-12-7-000172
 
Archive Date
9/8/2012
 
Point of Contact
Debra A. Dorsey, Phone: 9135517784
 
E-Mail Address
dorsey.debra@epa.gov
(dorsey.debra@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
General Question form Pricing Schedule Optional Form 347 Fleet Management Statement of Work The US Environmental Protection Agency (EPA) Region 7 intends to solicit and award a Firm-Fixed Price type of Purchase Order for a base year and four (4) one year options. The EPA Region 7 has a need to procure an off-the-shelf software solution to manage the day-to-day logistics of our fleet and field; vehicles, trailers, UTV's and vessels. The off-the-shelf software must have; web based - hosted by the vendor, include mechanisms for expanding/enhancing the system capabilities without having to make major changes to the system infrastructure, standard features including the ability to gather, store, process, monitor, report on and import and export information pertaining to driver management, vehicle management, reservations, fuel management, reports and gather government defined travel data. The minimal requirements will be compared to the attached Statement of Work (SOW) requirements. This requirement is 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 511210, the corresponding small business size standard is $23 Million. If you are unsure if your company qualifies as a small business, please contact your local Small Business Administration office for assistance. Offeror's must be registered in System for Award Management (SAM) to receive award. To register, visit the SAM website at http://www.sam.gov. Lack of registration in the SAM database will make an offer ineligible for award. The closing date or response date for solicitation RFQ-KS-12-7-000172 is August 24, 2012 at 12:00 P.M. Central Daylight Time (CDT). All responsible sources may submit a quote for consideration. The distribution of this solicitation will be accomplished solely through Federal Business Opportunity web site http://www.fedbizopps.gov. Hard copies of the solicitation documents will not be available. The FedBizOpps site provides downloading instructions. All future information about this procurement, including solicitation amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The Contractor shall provide fleet management software and support for a system to effectively manage EPA's fleet to include the tracking, scheduling and reporting of Government vehicles and usage in accordance with the requirements specified in the solicitation and SOW. All questions pertaining to this solicitation must be submitted in writing via electronic mail or fax no later than August 22, 2012 at 4:00 P.M. Central Daylight Time. You may e-mail or fax questions to dorsey.debra@epa.gov or fax them to the attention of Debra Dorsey, Contracting Officer on (913) 551-9784. Contractor shall submit quote (using the provided Optional Form 347), a completed Pricing Schedule and completed General Questions Sheet to the Contracting Officer, Debra A. Dorsey, no later than 12:00 PM. CDT on August 24, 2012. Email: dorsey.debra@epa.gov Fax: 913 551-9784 Mailing Address: U.S. EPA Region 7, 901 N 5th St, PLMG/RFMB/ACMS, Kansas City, KS 66101 Your prices must be inserted in the attached pricing schedule. Proposed prices that are unrealistically low may be considered an indication of a lack of understanding of the solicitation requirements. Unless you specifically state otherwise, your offer is assumed to accept all terms and conditions of this solicitation. Any exceptions to any part of this solicitation must be specifically identified in a cover letter to your quote. The selection resulting from this request for quotation will be made on the basis of the lowest priced technically acceptable quote from responsible quoter who meets the minimum requirements. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using an Optional Form 347. A purchase order will be in existence once the Contracting Officer has signed the order. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or in any applicable provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotation not a Request for Proposal or an Invitation for bid. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The Contracting Officer will evaluate quotes on the basis of information furnished by the quoter that demonstrates that they meet the Minimum system requirements. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Telephonic inquiries will not be accepted. Quotes must be mailed and are due on August 24, 2012 at 12:00 PM Central Daylight Time (CDT) along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number. In addition, quoters must be registered in the SAM database at www.sam.gov to be considered for selection. Quoters are required to submit the attached General Questions sheet and completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, with their quotes. FAR clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.247-64 are applicable to this acquisition: 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.246-4, FAR 52.227-17, 52.227-18, FAR 52.227-19, FAR 52.227-20 and EPA clause 1552.211-79 (OCT 2000). Proposals received after this date and time will be considered late and will not be considered for award. The Government asks that proposals be valid for a period of up to 180 days after submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/RFQ-KS-12-7-000172/listing.html)
 
Place of Performance
Address: EPA Training and Logistic Center, 8600 NE Underground Drive, Pillar 253, Kansas City, Missouri, 64161, United States
Zip Code: 64161
 
Record
SN02844363-W 20120819/120817235421-06fa64bab9dfb7ac2e989bf09de858f6 (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.