This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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 reference number for this solicitation notice is HSSS01-14-Q-0228 and this solicitation is issued as a request for quote. The NAICS code is 423430. As a result of this solicitation, a firm fixed price contract will be awarded.
The United States Secret Service (USSS) intends to purchase Matlab software for statistical modeling.
All interested vendors shall download Attachment 1 for instructions on submission of offers. The government reserves the right to eliminate any offeror from competition that fails to provide all the information requested in this solicitation. The government also reserves the right to seek further information from offerors as necessary.
FOB: Point Destination to Washington, DC. The specific delivery address shall be provided to the Contractor at time of award. Required Delivery: No later than 30 days after award.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76.
The following FAR provisions and clauses apply to this solicitation:
52.202-1 Definitions. (JUL 2004)
52.203-3 Gratuities. (Apr 1984)
52.203-12 Limitation on Payments to Influence Certain Federal Transactions. (Sept 2005)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (MAY 2011)
52.204-7 System for Award Management. (JUL 2013)
52.204-9 Personal Identity Verification of Contractor Personnel. (Jan 2011)
52.212-1 Instructions to Offerors - Commercial Items. (FEB 2012)
52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data. (OCT 2010)
52.215-21 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data-Modifications. (OCT 2010)
52.229-3 Federal, State, and Local Taxes. (APR 2003)
52.232-1 Payments. (APR 1984)
52.232-8 Discounts for Prompt Payment. (FEB 2002)
52.232-11 Extras (APR 1984)
52.232-18 Availbility of Funds. (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
52.233-2 Service of Protest. (SEPT 2006)
52.233-3 Protest after Award. (AUG 1996)
52.242-13 Bankruptcy. (JUL 1995)
52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014)
52.212-3 Offeror Representations and Certifications -- Commercial Items. (May 2014)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (JULY 2014)
52.215-19 Notification of Ownership Changes. (OCT 1997)
52.216-1 Type of Contract. (APR 1984)
52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998)
52.252-2 Clauses Incorporated by Reference. (FEB 1998)
3052.209-70 Prohibition on contracts with corporate expatriates. (JUN 2006)
3052.209-79 Representation by Corporations Regarding a Felony Criminal Violation under any Federal or State Law or Unpaid Federal Tax Liability
3052.242-71 Dissemination of contract information. (DEC 200)
3052.242-72 Contracting officer's technical representative. (DEC 2003)
52.212-1 Instructions to Offerors-Commercial Items (APR 2014) (See Attachment 1 for instructions);
An award shall be made to the Offeror whose quote represents the lowest price, technical acceptable (LPTA) conforming to the requirements of this solicitation for the specific brand name software/product.
Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JULY 2014), the following clauses apply and are incorporated by reference:
52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.219-28, Post Award Small Business Program Rerepresentation
52.222-13, Convict Labor
52.222-19, Child Labor - Cooperation with Authorities and Remedies
52.222-21, Prohibition on Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-37, Employment Reports on Veterans
52.222-40, Notification of Employee Rights Under the National Labor Relations Act
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-34, Payment by Electronic Funds Transfer - Other than System for Award Management
USSS 3052.204-90 Unauthorized Use of the U.S. Secret Service Name. In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both.
These FAR and Department of Homeland Security Acquisition Regulation (HSAR) Provisions and Clauses may be accessed via the world wide web at: https://acquisition.gov/far/, www.dhs.gov. Telephone requests for copies of FAR or HSAR Provisions and/or Clauses will not be accepted.
All responses shall be submitted via email to [email protected]. Any other type of submission of responses shall not be accepted.
Offerors shall submit all the information requested in Attachment 1 for Instructions to Offerors. The Government reserves the right to eliminate any Offeror that does not follow the instructions and fails to provide all the information requested upon submission of their proposal.
Responses to this solicitation are due by no later than 17 September, 1300 hour ET. Offers shall be emailed to [email protected]. Hard copy proposals or faxes will not be accepted.