Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

EMC REPLISTOR

Solicitation Number: DTMC75-08-R-00014
Agency: Department of Transportation
Office: Federal Motor Carrier Safety Administration (FMCSA)
Location: Headquarters FMCSA
  • Print
:
DTMC75-08-R-00014
:
Combined Synopsis/Solicitation
:
Added: Aug 05, 2008 3:00 pm
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, and as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DTMC75-08-R-00014 and it is being issued as a Request for Proposals (RFP). The NAICS code is 541512 and the Small Business dollar standard is $23.0 million. This requirement will be awarded as a Firm Fixed Price Contract for the Annual Renewal Maintenance and Support for the EMC Replistor Software. The period of performance for the base period is twelve (12) months from the date of award, and two (2) one (1) year option period not to exceed a total of 3 years. The contractor shall be required to provide services in accordance with the attached Specifications as in Attachment One. The following FAR provisions and clauses apply to this solicitation: FAR 52.252-1, Solicitation Provisions Incorporated by Reference. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall read and follow the directions given in provision 52.212-1, particularly the submission of past performance information pursuant to 52.212-1(b) (10). In accordance with FAR 52.212-2, and the selection factors listed below as an addendum to FAR 52.212-2, the Government will award a single contract to the responsible offeror whose offer, conforming to the solicitation requirements, is most advantageous and offers the best value to FMCSA. The FMCSA will evaluate offers based on the following factors which are an addendum to FAR 52-212-2: 1) Relevant Experience and 2) Relevant Past Performance on same or similar procurements performed within the past three years or in progress. Include three references consisting of the contract number, the agency or company for which the work was performed, contract value, a description of work performed, and the name of the Contracting Officer and Technical Representative to be contacted with their address, telephone, email address, and facsimile numbers. The FMCSA reserves the right to utilize past performance information other than what was submitted with the proposal received; and 3) Price. Selection for award will be made to the responsible offeror whose proposal represents the best value for the Government which will be based on consideration of the vendors understanding of the requirement in the Specifications (as demonstrated by the vendors relevant experience), Past Performance & Price. Understandings of the requirements in the SPEC & Past Performance are of equal importance and combined are more important than price. The total evaluated price will be the sum of the items listed in the attached Specifications. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Offeror proposals shall have three separate sections: Section 1 will include the response to Relevant Experience; Section 2 will contain the response for Relevant Past Performance information; and Section 3 will contain the proposed Price information. Current, accurate, complete information MUST be provided to contact each reference. This should include contract number, point of contact, phone number and email address for each contact.



A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is incorporated by reference into the solicitation. The following clauses are incorporated by reference as addenda to 52.212-4: 52.204-2, Security Requirements; 52.216-31, 52.202-1, Definitions; 52.203-5, Covenant Against Contingent Fees; 52.203-7, Anti-Kickback Procedures; 52.204-6, Data Universal Numbering System Number; 52.204-7, Central Contractor Registration; 52.216-24, Limitation of Government Liability; 52.216-25, Contract Definitization; 52.217-8, Option to Extend Services (insert “30 days of the contract expiration” in the clause’s last sentence); 52.217-9 Option to Extend the Term of the Contract (insert “5 days of the contract expiration” and insert “60 days of the contract expiration” in paragraph (a) of the clause, and insert “5 years and 6 months” in paragraph (c) of the clause); 52.203-6, Restrictions on Subcontractor sales to the Government; 52.225-13, Restrictions on certain foreign purchases; 52.233-2, Service of Protest; 52.233-3, Protest after award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.219-3, Notice of Total HUBZone Set-Aside; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration. Finally, the Transportation Acquisition Regulation (TAR) clauses 1252.217-74- Subcontracts; 1252.237-70- Qualifications of Contractor Employees; 1252.237-73 – Key Personnel; and 1252.239-70 – Security Requirements for unclassified information technology resources is applicable to this solicitation and resulting contract, and is incorporated by reference.



Proposals are due no later than 12:00 p.m. on August 11, 2008. Offeror proposals shall be a maximum of 80 pages. If your proposal is being submitted by REGULAR MAIL, EXPRESS MAIL or COURIER, use the following address: Department of Transportation (DOT)/Federal Motor Carrier Safety Administration (FMCSA), 1200 New Jersey Avenue, SE, Washington, DC 20590-0001, to the Attention of Ms. Sabrina Severe, W66-125. Offerors are encouraged to submit your proposal electronically to Sabrina.Severe@dot.gov. However, it is each offeror’s responsibility to ensure the offer is received (in total) by the Contract Specialist prior to the deadline. Should offerors have any questions, submit questions to the Contract Specialist, Ms. Sabrina Severe, at the above email address, no later than 5:00 p.m. EST on August 5, 2008 and all questions and answers will be posted to this site for the information of all offerors. It is the policy of the FMCSA to issue solicitations and make contract awards in a fair and timely manner. The procedures for filing a protest is included in this synopsis as Attachment Two, but potential offerors who believe that a FMCSA solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. The Contracting Officer for this procurement is Ms. Diane Bethea, Diane.Bethea@dot.gov.

Please consult the list of document viewers if you cannot open a file.

Specifications

Sensitive/Secure Package:
no
Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Specifications
Posted Date:
August 5, 2008
Description: Specifications
Description: Notice For Filing Protest
:
1200 New Jersey Ave., SE

Washington, District of Columbia 20590
United States
:
Sabrina Severe,
Contract Specialist
Phone: 2023852309
Fax: 2023852333