AUTOMATED OPEN SOURCE DATA COLLECTION, TRANSLATION, ANALYSIS, AND DISTRIBUTION APPLICATION

expired opportunity(Expired)
From: Federal Government(Federal)
20-Q-XVA006

Basic Details

started - 16 Oct, 2019 (about 4 years ago)

Start Date

16 Oct, 2019 (about 4 years ago)
due - 13 Nov, 2019 (about 4 years ago)

Due Date

13 Nov, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
20-Q-XVA006

Identifier

20-Q-XVA006
Department of Homeland Security

Customer / Agency

Department of Homeland Security
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for Commercial Items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation. Proposals/Quotes are being requested and written solicitation will NOT be issued. This solicitation #20-Q-XVA006 is issued as a Request for Quotation (RFQ). The incorporated Clauses and Provisions are those in effect through Federal Acquisition Circular 2019-01 and may be obtained electronically at http://www.arnet.gov/far.This RFQ is being solicited as SET-ASIDE SMALL, WOMEN-OWNED, SERVICE-DISABLED VETERAN-OWNED, HUBZONE, SMALL DISADVANTAGED VETERAN-OWNED, etc. The North American Industry Classification System (NAICS) is 518210 and Small Business Size Standard is $32.5M.The USCG Shore Infrastructure Logistics Center (SILC) intends to award a Firm-Fixed Price (FFP) Purchase Order using
Simplified Acquisition Procedures for the purchase of the following: Automated Open Source Data Collection, Translation, Analysis, and Distribution Application, in accordance with the attached Statement of Work.Locations for Licensing / Subscription to Access Data: Virginia Beach, VA, Alameda, CA, and Washington, DC.The following Federal Acquisition Regulations (FAR) Provisions and Clauses apply to this RFQ: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019).(a) Definitions. As used in this provision-"Covered telecommunications equipment or services", "Critical technology", and "Substantial or essential component'' have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.(b) Prohibition. Section 889(a)( I )(A} of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13. 2019. from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing-( 1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements.Or,(2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.(c) Representation. The Offeror represents that-It □ will, □ will not provide covered telecommunications equipment or services to the Government in the performance of any contract. subcontract or other contractual instrument resulting from this solicitation.(d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision. the Offeror shall provide the following information as part of the offer:(1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);(2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;(3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier. and Commercial and Government Entity (CAGE) code. if known); and(4) For equipment. the entity that produced the covered telecommunications equipment (include entity name. unique entity identifier. CAGE code. and whether the entity was the OEM or a distributor, if known).52.212-1, Instructions to Offerors - Commercial Items 52.212-2 (OCT 2018), Evaluation - Commercial Items (Oct 2014). The following factors shall be used to evaluate offers: Price, Delivery. 52.212-3, Offeror Representations and Certifications - Commercial Items (OCT 2018) (Note: The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through http://www.sam.gov/. A hard copy is no longer required if Offeror/Contractor is SAM registered, if Offeror/Contractor has NOT completed the annual representations and certifications electronically, the Offeror/Contractor shall complete only paragraphs (c) through (u) of this provision. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer is conforming to this solicitation and will be the most advantageous to the Government, with price and other factors considered.NO CONSIDERATION WILL BE GIVEN TO QUOTES LACKING THIS AND ANY OTHER INFORMATION SET FORTH IN THIS SOLICITATION. Federal Acquisition Regulation (FAR) Clauses that applies to this RFQ: 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2019) applies as follows: paragraph (b)(8),(19),(15),(25),(26),(27),(28),(29),(30),(31),(46),(47) and (55) End of Clause. PLEASE READ, COMPLETE, AND PROVIDE ALL INFORMATION REQUESTED IN THIS SOLICITATION PARTICULARLY FAR PROVISION(S) 52.212-1 and 52.212-3. Offerors have up to 20 days after publication of this notice to express their interest. The closing date and time for receipt of offers is 11/13/2019, 2:00PM Eastern Standard Time (EST). Facsimile or E-mail quotes are acceptable and may be e-mailed to Michael.w.stephenson@uscg.mil or faxed to (757) 628-4231. Contact Information: MICHAEL W. STEPHENSON, PURCHASING AGENT, Phone 7576284181, Email michael.w.stephenson@uscg.mil Office Address :300 East Main StreetSuite 965 Norfolk VA 23510-9113 Location: USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services) Set Aside: N/A

Multiple Locations stated in the SOWLocation

Address: Multiple Locations stated in the SOW

Country : United States

You may also like

DEOXYRIBONUCLEIC ACID COLLECTION AND ANALYSIS SERVICES

Due: 05 Jan, 2027 (in about 2 years)Agency: ATF ACQUISITION AND PROPERTY MGMT DIV

POST DISCHARGE DATA COLLECTION

Due: 30 Jun, 2024 (in 3 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

State Disbursement Unit Automated System

Due: 31 Oct, 2025 (in 19 months)Agency: HSS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 518210 GSA CLASS CODE: 70