SOLICITATION NOTICE
70 -- ARES Software Configuration and Support
- Notice Date
- 2/14/2024 7:12:01 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- C5I DIVISION 2 KEARNEYSVILLE KEARNEYSVILLE WV 25430 USA
- ZIP Code
- 25430
- Solicitation Number
- 52800PR240000503
- Response Due
- 2/22/2024 10:00:00 AM
- Archive Date
- 03/08/2024
- Point of Contact
- Amanda L. Justice, Phone: 7034175597, Mark Rushing, Phone: 7034175596
- E-Mail Address
-
amanda.l.justice@uscg.mil, Mark.A.Rushing@USCG.mil
(amanda.l.justice@uscg.mil, Mark.A.Rushing@USCG.mil)
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services 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 United States Coast Guard has a requirement to acquire configuration and service support for ARES software to enable submission of IDENT Exchange Message (IXM) files on all Javelin XL Devices currently supporting the Biometrics at Sea System (BASS) program.� Currently, the BASS team is unable to send information directly to the Department of Homeland Security Automated Biometric Identification System (DHS/IDENT).� This configuration update purchase is to support the BASS mobile capability used for identification within the United States Coast Guard�s Migrant Interdiction Operations (MIO) and Enforcement of Laws and Treaties (ELT) activities in maritime and remote environments.� The ARES software configuration update can only be provided by InCadence Strategic Solutions as InCadence Strategic Solutions are the providers of the Javelin XL devices and installed ARES software. Line Item 0001: QTY 1: ARES Services � Software Maintenance update to submit IXM files directly to DHS/IDENT Solicitation Number 52800PR240000503 is issued as a Request for Quote (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. �The complete text of any of the provisions and clauses may be accessed in full at http://www.acquisition.gov/browse/index/far. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Interested vendors may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact no later than 1:00 p.m. EDT on 22 February 2024. The purchase order resulting from this solicitation will be issued as a FIRM-FIXED PRICE purchase order.� Only qualified offerors may submit quotes.�� The Government will first review the quotes for completeness/compliance (everything required to be submitted has been submitted). If a quote is found to be incomplete/non-compliant, it will be removed from the evaluation process and it will not be further evaluated. Then the Government will list the remaining quotes by price, lowest to highest, and will begin the technical quote evaluation with the lowest priced Offeror. Upon finding the Offeror who meets the brand name requirements (i.e. technical acceptability), the Offeror�s price will be evaluated for reasonableness. If the first quote evaluated is technically acceptable with a price that is reasonable, evaluation will stop. If the first quote evaluated is either not technically acceptable or has a price that is not reasonable evaluation will continue. Once the lowest reasonably priced, technically acceptable quote is found evaluations will stop. NAICS Code: 541519 Information Technology Value Added Resellers Product Service Code: 7A21 IT and Telecom � Business Application Software Period of Performance: 1 MARCH 2024 � 28 FEBRUARY 2025 Place of Performance: USCG C5ISC � Operations Info Systems Product Line 7323 Telegraph Rd Stop 7340 Alexandria, VA 20598 Additional details are provided in the attached Statement of Work (SOW). Submit written offers only, oral offers will not be accepted. �This combined synopsis/solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at http://www.sam.gov. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, AND CAGE CODE MUST BE INCLUDED.��Please include Federal Government Contract numbers, if applicable. All applicable FAR Provisions and Clauses are attached via attachment 00503 � Solicitation Provisions and Clauses. Please be sure to acknowledge the Provisions and Clauses in your response - changes or concerns regarding specific clauses should be addressed in your response or prior to submitting a response. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. The Government reserves the right to cancel this solicitation at any time.����������� IMPORTANT DATES: 22 February 2024 at 1pm EST: RFQ Closes, no quote submissions will be accepted after this date/time. All responses MUST be submitted to Amanda.L.Justice@uscg.mil AND Mark.A.Rushing@uscg.mil. Attachments: Attachment A: 00503 RFQ Attachment B: 00503 Statement of Work Attachment C: 00503 Solicitation Provisions and Clauses Attachment D: IPP Electronic Submission of Payment Requests
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4de1a78f488b4a868d5c7396cf1ddac7/view)
- Place of Performance
- Address: Alexandria, VA 20598, USA
- Zip Code: 20598
- Country: USA
- Zip Code: 20598
- Record
- SN06966248-F 20240216/240214230056 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |