SOLICITATION NOTICE
70 -- Treehouse Software Maintenance - Justification and Approval
- Notice Date
- 7/27/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- DJF-15-2000-PR-0020203
- Archive Date
- 8/15/2015
- Point of Contact
- Kenton D. Jenkins, Phone: 2023245725
- E-Mail Address
-
kenton.jenkins@ic.fbi.gov
(kenton.jenkins@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- Treehouse J&A The Federal Bureau of Investigation is issuing a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in and attached to this notice. This announcement constitutes the only solicitation from which a proposal will be requested. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-83. The North American Industry Classification System (NAICS) is 511210 and the Business Size Standard is $38.5 million. This will be a firm-fixed price contract for a base year and four (4) twelve month option periods to commercial software maintenance support for Treehouse Software tRelational/DPS licenses for the Federal Bureau of Investigation (FBI), Information Technology Infrastructure Division (ITID). The FBI intends to negotiate on a sole source basis with Treehouse Software, 2605 Nicholson Road, Suite 1230, Sewickley, PA 15143. The proposed contract action is for delivery of a software maintenance for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement by submitting a quotation to include functional specifications/descriptions and pricing. This notice of intent is not a request for competitive proposals. However, all data received within five (5) days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Destination-FOB. The following FAR clauses and provisions are applicable and can be obtained by using the internet, http://www.acquisition.gov or by a written request to Government POC at facsimile number (202) 324-1263 or e-mail, kenton.jenkins@ic.fbi.gov. FAR provisions; 52.212-3 Offeror Representations and Certifications (NOV 2014); 52-212-4 Contract Terms and Conditions-Commercial Items (MAY 2015); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (MAY 2015) - applicable clauses - (a) 52.222-50, 52.233-3, 52.233-4; (b) 52.203-6, 52.209-6, 52.209-10, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, & 52.232-3. 52.217-9 Option to Extend the Term of the Contract (60 days). FBI specific clause - Release of Information - Publications by Contractor Personnel: The Federal Bureau of Investigation (FBI) specifically requires that Contractors shall not divulge, publish, or disclose information or produce material acquired as or derived from the performance of their duties. For purposes of this Clause, "Information" shall include but not be limited to: in any Media or all media including on the web or web sites; publications, studies, books, theses, photographs, films or public announcements, press releases describing any part of the subject matter of this contract or any phase of any program hereunder, except to the extent such is: 1. already known to the Contractor prior to the commencement of the contract; and, 2. required by law, regulation, subpoena or government or judicial order to be disclosed, including the Freedom of Information Act. No release of information shall be made without the prior written consent of the Office of Public Affairs and the Contracting Officer. The contractor and author are warned that disclosure is not without potential consequences. The FBI will make every effort to review proposed publications in a timely manner to accommodate these and other publications. These obligations do not cease upon completion of the contract. Prior to exercising an option period, a new Key Management Personnel List (KMPL) and Acquisition Risk Questionnaire (ASQ) will be required. KMPL & ASQ shall be submitted to: FBI_ASU_HELPDESK@ic.fbi.gov. Contract number should be included on both documents prior to submission. No telephone inquires will be accepted in regard to this posting.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJF-15-2000-PR-0020203/listing.html)
- Place of Performance
- Address: FBI, 935 Pennsyvania Avenue, NW, Washington, District of Columbia, 20535, United States
- Zip Code: 20535
- Zip Code: 20535
- Record
- SN03812299-W 20150729/150727235928-21328e4496dac85b249539b310fda58f (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 |