Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2015 FBO #4965
SOLICITATION NOTICE

D -- Voice Recognition Technology - FAR52-212-3

Notice Date
6/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
NFFS7100-15-02427
 
Archive Date
7/28/2015
 
Point of Contact
MONA M ASH, Phone: 206-526-4187
 
E-Mail Address
MONA.M.ASH@NOAA.GOV
(MONA.M.ASH@NOAA.GOV)
 
Small Business Set-Aside
N/A
 
Description
FAR52.212-3 Reps & Certs This is a simplified acquisition issued as 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 will not be issued. The purchase request number for this procurement is NFFS7100-15-02427 and this is a Request for Quotation (RFQ). The anticipated award will be a Firm Fixed Price Contract. 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. The following factors shall be used to evaluate the offers using the procedures in FAR 13.106-2: 1) Technical Approach and Expertise and Knowledge - The offeror's approach to performing the requirements in the Statement of Work to include expertise and knowledge of android tablets, headsets, and voice input requirements. 2) Past Performance - The Offeror's past performance on related contracts will be evaluated to determine experience on same or similar voice recognition programing using android tablets, headsets, and voice input, quality and timeliness of delivery of goods and services, cost management, communication between parties, and customer satisfaction. 3) Price. The solicitation is full and open competition and shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-82. The North American Industry Classification System (NACIS) code is 541512. Small business size standard is $27.5 million. All responsible contractors shall provide an offer for the following and must meet the requirements to be considered. CLIN 0001: The contractor shall provide a voice recognition application to be developed specifically for the Integrated Data Acquisition System (IDAS) and assist in development and guidance on best practices for using Bluetooth headsets with Android tablets. QUANTITY: 1 Job Requirement are detailed in the attached Statement of Work. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions will be included: Offerors must complete FAR 52.212-3, Alt I Offeror Representations and Certifications -Commercial Items (MAR 2015) - Attached. FAR 52.212-1, Instruction to Offerors - Commercial Items (APR 2014) apply to this acquisition. The following addenda is provided to this provision: An RFQ should be submitted and shall contain the following information: 1) The solicitation number; 2) The name, address, telephone number, DUNS number, and Tax ID number of the offeror; 3) Acknowledgment of solicitation amendments; 4) A technical description showing that the offeror can perform the requirements in the specifications or statement of work in sufficient detail to allow the Government to evaluate the quotation in accordance with the evaluation factors stated in the solicitation. The technical description shall be no more than five (5) pages. 5) Past performance information shall be no more or less than three (3) recent and relevant contracts and references for the same or similar service (including contract numbers, points of contact with telephone numbers and other relevant information). 6) Price and any supporting details for the price. Offerors are responsible for submitting quotations, and any modifications thereto, so as to reach the Government office designated in the solicitation by the time specified. Failure to furnish the required information, or reject the terms and conditions of the solicitation an offeror may be excluded from consideration. The offeror's initial quotation should contain the offeror's best terms from a price and technical standpoint. The Government may reject any or all quotations if such action is in the public interest; accept other than the lowest quotation; and waive informalities and minor irregularities in quotations received. FAR52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) FAR52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to comply with the provisions of this clause. (End of clause) FAR52.204-7, System for Award Management (JUL 2013) FAR52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) FAR52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015) FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015) FAR52.214-34, Submission of Offers in the English Language (APR 1991) FAR52.214-35, Submission of Offers in U.S. Currency (APR 1991) FAR52.222-3, Convict Labor (JUN 2003) FAR52.222-19, Child Labor - Cooperation with Authorities and Remedies (JAN 2014) FAR52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR52.222-22, Previous Contracts and Compliance Reports (FEB 1999) FAR52.222-25, Affirmative Action Compliance (APR 1984) FAR52.222-26, Equal Opportunity (APR 2015) FAR52.222-50, Combating Trafficking in Person (MAR 2015) FAR52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements (MAY 2014) FAR52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR52.232-33, Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) FAR52.233-3, Protest after Award (AUG 1996) FAR52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) FAR52.239-1, Privacy or Security Safeguards (AUG 1996) FAR52.247-34, FOB Destination (NOV 1991) FAR52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR52.252-2, Clauses Incorporated by Reference (FEB 1998) CAR1352.201-70, Contracting Officer's Authority (APR 2010) CAR1352.209-73, Compliance with the Laws (APR 2010) CAR1352.209-74, Organizational Conflict of Interest (APR 2010) CAR1352.233-70, Agency Protests (APR 2010) CAR1352.233-71, GAO and Court of Federal Claims Protests (APR 2010) CAR1352.239-72, Security Requirements for Information Technology Resources (APR 2010) Please submit an RFQ no later than July 13, 2015 at 10am Pacific time. Responses shall be faxed to Mona Ash at (206)526-4004 or e-mail to Mona.M.Ash@noaa.gov. **** All contractors doing business with Government shall be registered with the System for Award Management (SAM). Award will not be made to any contractor that is not registered in SAM. The System for Award Management portal is the single source for vendor data for the federal government. For additional information and to register in SAM, please access the following website: https://www.sam.gov/portal/public/SAM/. In order to register with SAM and to be eligible to receive an award, all offerors must have a Dun and Bradstreet number, which may be acquired free of charge by contacting Dun and Bradstreet on line at http://fedgov.dnb.com/webform or by phone at 1-866-705-5711. The government encourages all contractors to submit their Representations and Certifications on-line at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFS7100-15-02427/listing.html)
 
Place of Performance
Address: Seattle, Washington, 98115, United States
Zip Code: 98115
 
Record
SN03778282-W 20150628/150626235155-185a6548acc455dacc5ecbc1fc98ef9b (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.