It is the Government's belief that only one responsible source exists and no other product or services will satisfy agency requirements. The following requirement is for the Division of Strategic National Stockpile (DSNS), Office of Public Health Preparedness and Response (OPHPR).
Item #1. TourSolver Software License and Web-based Mapping Interface Fees
Item #2: One server for TourSolver and associated applications - dedicated server (dual quad core AMD 2.4Ghz processing, 16GB RAM), protected by a firewall and weekly backups; co-located at a commercial hosting facility with redundant backbone connectivity, regulated climate control, backup power systems, dedicated hosting data center security and 24x7 support
Item #3: Support, Training and Customization Services
• Labor, Development: enhance security, interface improvements
• Labor, System Administration, Installation on New Server and Development Server
• Labor, Program Advancement: support, training
• Labor, Contract Administration
• State and Local onsite Trainings
• Integration of TourSolver with RealOpt Suite© of SNS Tools
The proposed contract action is for commercial items which the Government intends to solicit and negotiate with only one source under authority of FAR subpart 6.302-1. Interested persons may identify their interest and capability to respond to the requirement.
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The following provision(s) apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (MAR 2000) applies to this acquisition; 52.223-13 Certification of Toxic Chemical Release Reporting; 52.223-14 Toxic Chemical Release Reporting; 52.232-1 Payments; 52.233-3 Protest After Award; 52.201-1 Definitions; 52.203-5 Covenant Against Contingent Fees; 52.203-7 Anti-Kickback Procedures; 52.204-7 Central Contractor Registration; Contractor must be CCR Registered prior to submitting bid; The clause 52.212-4, Contract Terms & Conditions - Commercial Items (MAY 1999) applies to this acquisition. The following FAR Clauses are hereby added to this clause: 52.247-35 F.O.B. Destination; The clause at 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (1), (5), (7), (14), (15), (16), (17), (18), (22), (24), (29) and (30). 52.213-3 must be attached to bid. NAICS CODE: 541511, SIC: 7371 SIZE: $23M, OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, WITH YOUR QUOTE. The best way to complete this certification is to download the FAR Clauses (Volume II) at http://www.arnet.gov/far, print out the clause 52.212-3, Offeror Representation and Certification, and fill in the appropriate blanks. Documentation authority for synopsis urgent response on file. Offers will be due 02/05/20100 by 12:00 P.M. (noon) EST at Centers for Disease Control and Prevention; Procurements and Grants Office; Attn: Christine Godfrey; [email protected]; 2920 Brandywine Road, M/S K09, Atlanta, GA 30341. Offers will not be accepted by facsimile. All quotes must be clearly marked on the subject line of the e-mail (Ref. 2010-N-11882). All responsible sources that can meet the above requirements may submit a quote, which may be considered by the Agency. For questions contact Christine Godfrey at [email protected]; or via phone at (770) 488-2519. ****