SOLICITATION NOTICE
70 -- i2 Analyst Notebook
- Notice Date
- 3/21/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- HSHQDC-13-Q-00122
- Archive Date
- 4/10/2013
- Point of Contact
- Sharon D Johnson, Phone: 2024475804, Chiara Best, Phone: 2024475702
- E-Mail Address
-
sharon.d.johnson@hq.dhs.gov, Chiara.Best@hq.dhs.gov
(sharon.d.johnson@hq.dhs.gov, Chiara.Best@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation Solicitation Number: HSHQDC-13-Q-00122 Date Posted: March 21, 2013 Classification Code: 7030 NAICS Code: 443120 Recovery and Reinvestment Action: No Response Date: Tuesday, March 26, 2013 Primary Point of Contact: Sharon D. Johnson Sharon.D.Johnson@hq.dhs.gov Ph: 202-447-5804 Synopsis: This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-64. The North American Industry Classification System (NAICS) code is 443120. This is a Request for Quotation (RFQ) and the solicitation number is HSHQDC-13-Q-00122. It is the intent of the government to award a Firm Fixed Price contract from this solicitation. All interested parties must quote on all items. Award will be made to the lowest price technically acceptable, responsible quoter. To be technically acceptable, the items being quoted must be brand name only as listed in the requirement below. Background: The Knowledge Management Division (KMD) promotes analytic collaboration of Homeland Security and Intelligence Community (IC) partners through establishing, deploying, and maintaining information sharing processes and technologies for the Department, the IC, and State, local, tribal, territorial and private sector mission partners. As the interface between I&A personnel and DHS Office of the Chief Information Officer (OCIO), Information Assurance Management (IAM) branch facilitates secure interoperable enterprise network communications and solutions critical to the collection needs of the DHS Intelligence Enterprise (IE), and accomplishment of Enterprise Mission Support (EMS) divisional tasks that require access to raw information, and the need to collect and disseminate raw intelligence. IAM branch proposes deployment of a software solution geared towards enhancement of departmental collection strategies focused on priority issues of the DHS IE. A. Purpose: The purpose of this requirement is to procure technical and maintenance support for previously purchased i2 Analyst Notebook, iBase/Designer, and iXv software development kit (SDK) licenses for I&A's suite of intelligence analysis tools for 12 months. B. Scope: i2 Analyst Notebook software provides visualization and advanced analysis capabilities. iXv SDK, iBase/Designer provides the mechanism to include a web-based visualization and other advanced capabilities within the application (e.g. external database connectivity). This enhances I&A's effectiveness in processing large amounts of information and transforming it into knowledge through analysis. iXv SDK allows developers to provide analysts the capability to instantly visualize data in a chart format that depicts entities of interest and the connections between them and then perform basic analytical activities on those charts. The web-based aspect of iXv is essential as it seamlessly integrates into the rest of the i2 and extended target data sources architecture, and as such improves the usability of the i2 application. C. Requirements: 1. Analyst's Notebook v8 annual maintenance (82 EA) 2. iBase SSE Designer annual maintenance and support (3 EA) 3. iBase SSE annual maintenance and support (52 EA) 4. i2 Bridge annual maintenance and support (52 EA) 5. iXv SDK annual maintenance and support (1 EA) D. Point of Contact. Point of contact for this acquisition request is Sharon Johnson, Contract Specialist, Sharon.d.Johnson@hq.dhs.gov or 202-447-5804. Submit questions regarding this solicitation to Sharon Johnson at sharon.d.johnson@hq.dhs.gov and/or Chiara Best at Chiara.best@hq.dhs.gov by 2 pm EDT on Tuesday, March 26, 2013. E. Period of Performance: The period of performance is for one 12-month period from 4/1/13 through 3/31/14. F. Place of Performance: The primary place of performance will be Department Homeland Security, Nebraska Ave Complex, Washington DC. G. Submission of Quotations. Quotations must provide a price quote for all items and contain product specifications addressing the required salient characteristics. Submit signed and dated quotes no later than Tuesday, March 26, 2013, 2:00 PM Eastern Standard Time (EST).Quotes must be e-mailed to Sharon.D.Johnson@hq.dhs.gov. Also, in the email subject line please indicate HSHQDC-13-Q-00122, e-mail is the only method in providing a quote. a. Questions. Submit questions regarding this solicitation to Sharon Johnson at sharon.d.johnson@hq.dhs.gov and/or Chiara Best at Chiara.best@hq.dhs.gov by 2 pm EDT on Tuesday, March 26, 2013. Also, in the email subject line please indicate HSHQDC-13-Q-00122 i2 Analyst Notebook. Please be advised that the Government will treat quotes received after the deadline as late in accordance with FAR 52.212-1(f). Quotes submitted orally will not be accepted. The quoter must include discount terms, delivery date, tax identification number, cage code, and DUNS number. To be eligible to receive an award resulting from this RFQ, quoters must be registered in the Central Contractor Registration (CCR) database. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Quotrs must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. Quotes should also include the following: (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotes; (3) The name, address, and telephone number of the quoter; (4) Provide the unit price and total price for each of the CLINS identified above; (5) Demonstrated commitment to meet the delivery schedule; (6) Terms of any express warranty; (7) Price and any discount terms; (8) "Remit to" address, if different than mailing address; (9) A completed copy of the representations and certifications at FAR 52.212-3, downloaded from web site http://SAM.gov; (10) Acknowledgment of Solicitation Amendments (if applicable); (11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitations. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitations may be excluded from consideration. (12) Provide a price quote for all contract line item numbers (CLIN). The price quote shall utilize the following format: CLIN Item Description Period of Performance Unit Each Number of Months Total Price 001 April 1, 2013 through March 31, 2014 12 Total pricing H. Period for Acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in the solicitation. I. Late Submissions, Modifications, Revisions, and Withdrawals of Quotes. (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. (2) Any quote, modification, revision, or withdrawal of an quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of quotes; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotes and was under the Government's control prior to the time set for receipt of quotes; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful quote, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the quote wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Quotes may be withdrawn by written notice received at any time before the exact time set for receipt of quotes. Oral quotes in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotes, quotes may be withdrawn via facsimile received at any time before the exact time set for receipt of quotes, subject to the conditions specified in the solicitation concerning facsimile quotes. A quote may be withdrawn in person by a quoter or its authorized representative if, before the exact time set for receipt of quotes, the identity of the person requesting withdrawal is established and the person signs a receipt for the quote. J. Contract award The Government intends to evaluate quotes and award a contract without discussions with quoters. Therefore, the quoter's initial quote should contain the quoter's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in quotes received. K. Data Universal Numbering System (DUNS) Number. The quoter shall enter, in the block with its name and address on the cover page of its quote, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the quoter's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same parent concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.dnb.com. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. L. Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an quote, the quoter acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the quoter does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered quoter. Quoters may obtain information on registration and annual confirmation requirements via the internet at http://www.sam.gov or by calling 1-800-333-4636. M. Debriefing. If a post-award debriefing is given to requesting quoter, the Government shall disclose the following information in accordance with 15.506 Post award debriefing of offerors, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed quoter's quote. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed quoter and past performance information on the debriefed quoter. (3) The overall ranking of all quoters, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful quoter. (6) Reasonable responses to relevant questions posed by the debriefed quoter as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. N. Provisions and Clauses. The following clauses apply to this solicitation. They can be found at https://www.acquisition.gov/far/. 52.212-1. Instructions to Quoters - Commercial Items. 52.212-2 Evaluation of Commercial Items, 52.212-3, Quote or Representation and Certifications Commercial Items. 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The contractor shall comply with the following FAR clauses, which are incorporated in contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items (1) 52.222-3, Convict Labor; (2) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (3) 52.222-21, Prohibition of Segregated Facilities; (4) 52.222-26, Equal Opportunity; (5) 52.222-35, Equal Opportunity for Special Disabled Veterans,Veterans of the Vietnam Era, and Other Eligible Veterans; (6) 52.222-36, Affirmative Action for Workers with Disabilities; (7) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (8) 52.225-3, Buy American Act Supplies; (9) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; (10) 52.247- 34, FOB Destination. The contractor's must be registered in the System for Award Management (SAM) prior to receiving and contract award. The contractor can register at www.SAM.Gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-13-Q-00122/listing.html)
- Record
- SN03018035-W 20130323/130321234935-2a7f2a6667b78e9f207cb0155c35857d (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 |