SPECIAL NOTICE
70 -- Communicator NXT Support
- Notice Date
- 5/24/2016
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Justice, Offices/Boards/Divisions, Criminal Division, 1331 F Street, NW, Suite 300, Washington, District of Columbia, 20530
- ZIP Code
- 20530
- Solicitation Number
- 162016
- Archive Date
- 6/18/2016
- Point of Contact
- Nammi, Phone: 2026165219, Charlesetta Ward, Phone: 202-616-3947
- E-Mail Address
-
Namratha.Shadrach@usdoj.gov, Charlesetta.Ward@usdoj.gov
(Namratha.Shadrach@usdoj.gov, Charlesetta.Ward@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Justice, Criminal Division, intends to procure on a sole source basis from AIRBUS DS Communications Communicator NXT Support for a base period June 11, 2016 through June 10, 2017 with 4 one-year option periods as follows: Option Year 1:June 11, 2017 through June 10, 2018, Option Year 2: June 11, 2018 through June 10, 2019 Option Year 3:June 11, 2019 through June 10, 2020, and Option Year 4: June 11, 2020 through June 10, 2021.The software licenses and maintenance services to be procured under this synopsis must conform with the following Section 508 Accessibility Standards: 1194.21 Software Applications and Operating Systems; Information and Applications; 1194.31 Functional performance criteria; and 1194.41 Information, documentation, and support (see http://www.section508.gov ). Contractors must be fully and actively registered in the System for Award Management (SAM). SAM is a free web-site which consolidates Federal procurement systems. Currently CCR, FedReg, ORCA, and EPLS have been migrated into SAM https://www.sam.gov/portal/public/SAM. FAR Clauses 52.213-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items), 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract 52.232-18 Availability of Funds, and 52.232-19 Availability of Funds for the Next Fiscal Year are hereby incorporated by reference. All referenced FAR clauses may be copied at https://www.acquisition.gov/far/loadmainre.html. NOTICE OF CONTRACTOR PERSONNEL SECURITY CLEARANCE REQUIREMENTS - Where performance under this contract/task or delivery order/call requires contractor personnel to have access to Department of Justice (DOJ) information, systems or facilities, contractor personnel will be subject to the background clearance requirements of Homeland Security Presidential Directive (HSPD)-12, OMB Guidance Memorandum M-05-24, FIPS Publication 201 and DOJ policy implementing HSPD-12 requirements. Background clearance requirements are determined by the risk level of each position, type of access and length of access required. Further information on background security clearance requirements applicable to contractor personnel proposed for performance on this contract/order/call may be obtained from the Contracting Officer. All contractor personnel must meet the DOJ Residency Requirements. He/She must have lived in the United States three of the last five years immediately prior to start of performance on this contract/order/call, and/or worked for the United States overseas in a federal or military capacity, and/or be a dependent of a federal or military employee serving overseas. Specific limited waiver request requirements - contractor personnel performing duties for a cumulative total of 14 days or less where there is a critical need for their specialized and unique skills (as solely determined by the Government) may be proposed for a waiver of the Residency Requirement by the contractor. Contractor personnel who are non-US citizens proposed for such a waiver of the Residency Requirement must be from a country allied with the United States (Since the countries on the Allied Countries List are subject to change, the contractor may review the following website for current information: http://www.opm.gov/employ/html/Citizen.htm. For contracts/orders/calls where access to DOJ information systems is involved, non-US citizens are not permitted to have access to or assist in the development, operation, management or maintenance of any DOJ IT system, unless a waiver is granted by the head of the Component, with concurrence of the Department Security Officer (DSO) and DOJ Chief Information Officer (CIO). Any such waiver must be in writing and be obtained prior to allowing any contractor employee who is the subject of the waiver request to begin work under this contract/order/call. The above requirements apply to any and all contractor employees requiring access to DOJ information systems or facilities, including subcontractor personnel, if applicable. The NAICS code 511210, size standard is $25M. Due to the proprietary nature of the software, this contractor has been found to be the only known source to perform this requirement. Interested parties must submit a written proposal detailing product information that demonstrates ability to provide software licenses and support services, and conformance with Section 508. Award will be made on a lowest priced, technically acceptable basis. Quotes are to be sent to Nammi Shadrach to email address Namratha.Shadrach@usdoj.gov by noon ET June 3, 2016, oral quotations will not be accepted. Telephone calls will not be accepted, as no solicitation document exist. All questions must be submitted by noon ET May 27, 2016 to Namratha.Shadrach@usdoj.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/CRMDIV/162016/listing.html)
- Place of Performance
- Address: 1331 F St NW, DC 20530, 1301 NY Ave NW, DC 20530, 1400 NY Ave NW, DC 20530, Washington, District of Columbia, 20530, United States
- Zip Code: 20530
- Zip Code: 20530
- Record
- SN04127257-W 20160526/160524234704-7eb530c9444577d1fa687d8825531c6f (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 |