SOLICITATION NOTICE
99 -- Purchase of Blackthorn - Pricing Template - Clauses and Provisions - Sole Source Justification - Solicitation
- Notice Date
- 8/21/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG23-15-Q-PXS145
- Archive Date
- 9/22/2015
- Point of Contact
- James Robinson, Phone: 2024753091
- E-Mail Address
-
James.R.Robinson@uscg.mil
(James.R.Robinson@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Sole Source Justification Clauses and Provisions Pricing Template The United States Coast Guard (USCG), Office of Contract Operations, Formal Contract Division II, intends to award a sole source contract under the authority of 10 USC 2304(c)(1), "Only One Responsible Source and No Other Supplies or Sources will Satisfy Requirements," as implemented by FAR 6.302-1. The USCG intends to award to Berla Corporation, 565 Maynadier Ln, Crownsville MD, 21032 This requirement is to obtain the Blackthorn software, owned and sold by Berla with no authorized resellers in the United States. The action resulting from this combined synopsis/solicitation will result in one firm fixed price contract with a base period of twelve months and 4 twelve-month periods of performance. The NACIS code for this requirement is 511210, Software Publishers, with a Small Business Set Standard of $38,500,000.00 As stated, this is a combined synopsis/solicitation sole source to Berla. However, if you wish to respond to this notice, your response must include the following information along with all other quote contents: A) A written narrative of capability including technical information demonstrating the ability to meet the requirement for software which must include access to the proprietary data owned by Berla. B) Responses sufficient enough for the Government to establish that the Contractor posses a bona-fide capability to meet the requirement. C) Business size and category information. Should no other business be capable of providing the Blackthorn software, award shall be made directly to Berla and this notice shall count towards the posting requirements for sole source awards (see the attached Sole Source document). The Coast Guard is not seeking any other software type or varieties at this time and will not be accepting quotes for other software in regards to this solicitation. Quote submission instructions are included in FAR clauses 52.212-1 and 52.212-2, but have been also placed here for your convenience: - - - Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) and does not require a complete 1449 or other information required in clause 52.212-1, but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) the information listed below: Quotes shall be sectioned into two volumes: Volume 1: Technical Capability Volume 2: Pricing Information Volume 1: Technical Capability Offeror's shall submit enough information in Volume I to demonstrate that they can provide the Blackthorn software. Volume 2: Pricing Information: The Contractor's shall complete and return the attached Pricing Spreadsheet (Attachment 3). QUOTE SUBMISSION INSTRUCTIONS: Please submit your Quote to by emailing it to James Robinson at James.R.Robinson@uscg.mil on or before 1400 EDT, on 09/07/2015. Data should be compatible with Microsoft Office Suite 2007 and/or Adobe Acrobat. Submitted files must not contain any form of copy protection or password-protected security measures. Emails with attachments greater than 5MB cannot be accepted due to USCG email size limits. This RFQ does not represent authorization to award or proceed with the subject effort, nor a promise of future direction to proceed. Offerors are solely responsible for this RFQ's submission costs, even if this RFQ is canceled. Offerors that do not submit all of the information required may not be considered for award. Late Quotes shall not be accepted. - - - 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 offers: The USCG intends to award a single contract to the contractor whose quotation represents the best value using the lowest price technically acceptable source selection process. Technical acceptability will be based on whether the Contractor can actually provide the Berla Blackthorn software. Price will be evaluated based on a fair and reasonable determination using any method available to the Government. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. - - -
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-15-Q-PXS145/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN03850550-W 20150823/150821235953-1ec71222fd8af17aaf3eae676ef1856a (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 |