Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 12, 2001 PSA #2934
SOLICITATIONS

A -- RESEARCH & DEVELOPMENT

Notice Date
September 10, 2001
Contracting Office
Department of the Treasury, Bureau of Alcohol, Tobacco and Firearms, Acquisition Division, Room 3290, 650 Massachusetts Ave., NW, Washington, DC 20226
ZIP Code
20226
Solicitation Number
140500001405
Response Due
September 12, 2001
Point of Contact
Angel C. Matthews-Warren, (202) 927-8688
E-Mail Address
(202) 927-8688 (acmatthews@atfhq.atf.treas.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The Bureau of Alcohol, Tobacco and Firearms (ATF) intends to negotiate on a Sole Source basis with Semio Corporation, 2100 Reston Parkway, Suite 204, Reston, VA 20191, for Semio Taxonomy Software and Support. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The following items are to be procured on a firm fixed price contract. The period of performance is for 12 months from the date of award. Requirement is for the purchase of contractor services for analytical and statistical software needs. ATF requires expert knowledge of ATF policy/procedures, business process, Oracle, and the Semio Tagger/Toxonomy and the SemiMap software. Semio Taxonomy Software is a unique lexical extraction technology that allows the entire content within a document to participate in the browseable categories. The level of granularity this gives to the browsing user provides valuable insight that remains unavailable to those using other technology. The following provisions are applicable to this acquisition: (a) FAR 52.212-1, Instructions to Offerors-Commercial, (b) FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (c) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The provision at FAR 51.212-2 Evaluation-Commercial Items applies to this acquisition. Evaluation factors in declining order are as follows; Past Performance, Quality, and Cost. Past performance and quality combined are more important than cost. The vendor must also submit certification of compliance with Section 508 of the Rehabilitation Act of 1973. Awardee must complete a SF-3381 ACH Vendor/Miscellaneous Payment Enrollment Form. Quotes must include delivered price and product literature, which lists specifications. Award will be based on meeting the technical specifications listed above, on an ALL OR NONE basis and the BEST VALUE to the government. The Government may elect to pay a cost premium to select an offeror whose ratings on non-cost evaluation factors (e.g. past performance, and quality) are superior. A "premium" is defined as the cost difference between the lowest evaluated cost of a technically acceptable offer and a higher priced offer deemed to be superior from a Past Performance and/or Quality standpoint. However, the Government will not make an award at a significantly higher overall price to achieve only slightly superior Past Performance and/or Quality. Quotes will be acceptable by mail or by facsimile at 202/927-8688. Questions concerning this procurement should be addressed by fax to Angel C. Matthews-Warren, Contracting Officer, (202) 927-8688. All interested parties must submit a quote by 5:00 p.m. EST Sept. 12, 2001.
Web Link
A Research & Development (acmatthews@atfhq.atf.treas.gov)
Record
Loren Data Corp. 20010912/ASOL004.HTM (W-252 SN50X1K2)

A - Research and Development Index  |  Issue Index |
Created on September 10, 2001 by Loren Data Corp. -- info@ld.com