SPECIAL NOTICE
D -- RIS Software Maintenance
- Notice Date
- 3/20/2018
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- 20104161
- Archive Date
- 4/14/2018
- Point of Contact
- Lloyd A Burton, Phone: 817-868-8646
- E-Mail Address
-
lloyd.a.burton@cbp.dhs.gov
(lloyd.a.burton@cbp.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a firm fixed price service contract for the acquisition of 20 hours of software maintenance assistance per month for the Customs & Border Protection's RIS software. The Restaurant Industry Systems software is utilized in over 180 Ports of Entry on over 370 work stations for the cash registers all over the country and preclearance locations and being able to resolve and secure the electronic data files created by this software is imperative to collecting and reporting funds to both Automated Commercial System and Treasury. The period of performance shall commence upon the Award/Effective Date through 09/30/2018, plus two six-month option periods. The Government intends on issuing a sole source award to R.I.S. Inc., LLC, 20969 Venture Boulevard, Suite 207, Woodland Hills, CA, 91364-6610 with no set-aside under the associated NAICS code 511210 and small business size standard $38.5 million. The quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. A single award will be made. CLIN 0001: quantity six (6) months each $ ____________ each. CLIN 0002: quantity six (6) months each $ ____________ each. CLIN 0003: quantity six (6) months each $ ____________ each. Delivery is to be FOB destination to the U.S. Customs and Border Protection, 6650 Telecom Drive, Suite 100, Indianapolis, In 46278, Attention: Cary Wilson, phone number 317.614.4917. Inspection and acceptance shall also occur at destination. The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this acquisition. FAR 52.212-2, Evaluation--Commercial Items, is applicable. Paragraph (a), evaluation criteria is as follows: Award will be made to the most advantageous offer to the Government, price and other factors considered. OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and Certifications--Commercial Items along with the firm's DUNS number. FAR 52.212-4, Contract terms and Conditions--Commercial Items, applies to this acquisition with the following additional clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, along with the following additional clauses applies to these acquisitions: FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6 Alternate I, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To inform Employees of Whistleblower Rights; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-17, Nondisplacement of Qualified Workers; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Actions for Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Actions for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-54, Employment Eligibility Verification; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.232-1, Payments; FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.244-6, Subcontracts for Commercial Items; and FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at https://www.acquisition.gov/?q=browsefar ). FAR 52.217-5, Evaluation of Options; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications; and FAR 52.233-2, Service of Protest, insert in paragraph (a) "Rick A. Travis, 6650 Telecom Drive, Suite 100, Indianapolis, IN 46278". Include a list of references, which includes point of contact name and phone number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20104161/listing.html)
- Place of Performance
- Address: U.S. Customs and Border Protection, 6650 Telecom Drive, Indianapolis, Indiana, 46278, United States
- Zip Code: 46278
- Zip Code: 46278
- Record
- SN04860771-W 20180322/180320231354-85bc0e0e580c919670a67fe6d8ff299d (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 |