Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2025 SAM #8471
SOLICITATION NOTICE

D -- Licensing, maintenance/support, and escrow for the Acquisitions Dashboard

Notice Date
2/3/2025 11:41:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
6913G6 VOLPE NATL. TRANS. SYS CNTR CAMBRIDGE MA 02142 USA
 
ZIP Code
02142
 
Solicitation Number
6913G625Q300015
 
Response Due
2/6/2025 12:00:00 PM
 
Archive Date
03/06/2025
 
Point of Contact
Karen M. Marino, Phone: 6174942437
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is Amendment No. 1 to this combined synopsis/solicitation. The notice is amended to change the date questions are due by to 02/06/2025 at 10:00AM EST. All other terms and conditions remain the same. __________________________________________________________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 6913G625Q300015 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and Incorporated provisions are those in effect through Federal Acquisition Circular 2025-03, effective 01/17/2025. The NAICS Code is 541511; the Small Business size standard is $34M. The U.S. Department of Transportation/John A. Volpe National Transportation Systems Center (Volpe Center) intends to solicit and award on a sole source basis to i5 Services, Inc., in accordance with FAR 13.106-1(b). The contractor shall provide Maintenance and Support, an annual License and annual Escrow for the Acquisitions Division Dashboard located at the Volpe Center in Cambridge, MA, in accordance with the attached Statement of Work (SOW). REQUIREMENTS/SPECIFICATIONS The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable quote. Please provide a firm fixed price quote in accordance with the contract items (CLINs) below and the attached Statement of Work (SOW). CLIN 00100 - Monthly Maintenance and Support Quantity: 12 Unit: MO Unit Price: $_______________ Total Price: $______________ PSC: DF10 Period of Performance: date of award to 01/31/2026 CLIN 00200 � Software License Quantity: 1 Unit: EA Unit Price: $________________ Total Price: $_______________ PSC: DF10 Period of Performance: date of award to 01/31/2026 CLIN 00300 One time Escrow Fee Quantity: 1 Unit: EA Unit Price: $________________ Total Price: $_______________ PSC: DF10 Period of Performance: date of award to 01/31/2026 INSTRUCTIONS TO OFFERORS: This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items apply to this acquisition and is incorporated by reference. Vendors are required to meet all solicitation requirements. Failure to meet a requirement may result in a vendor submission being ineligible for award. If the vendor finds it necessary to take exception to any of the requirements specified in the solicitation, the vendor shall clearly identify where it is addressed in its proposal. Each exception shall clearly identify the specific paragraph and/or part of the solicitation to which the exception is taken. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (attached). All Offerors must include a completed copy of the provision at FAR 52.212-3. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in the System for Award Management (SAM) accessed through http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is hereby incorporated by reference; additional clauses cited in FAR 52.212-5 that apply to this acquisition are: 52.219-6, 52.204-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-15, 52.223-18, 52.225-1, 52.225-13, 52.226-8, 52.232-33, 52.232-40 and 52.252-1. All offerors must have completed the following representations via Sam.Gov. If the offeror has not completed these representations, they must be included as an attachment in the quote submission: FAR 52.204-26 OR FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far. Questions shall be submitted by 10:00AM on 02/06/2025 EST, to Karen Marino via email at Karen.Marino@dot.gov. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to the contracting officer Karen.Marino@dot.gov. The time for receipt of offers is 12:00 PM Eastern Time on 02/06/2024. No telephone requests will be honored. The Government will not pay for any information received.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/77511399d0044045ab12fec13bcacc95/view)
 
Place of Performance
Address: Cambridge, MA 02142, USA
Zip Code: 02142
Country: USA
 
Record
SN07330555-F 20250205/250203230044 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.