Federal Bid

Last Updated on 07 Aug 2015 at 3 PM
Combined Synopsis/Solicitation
Washington

Verint Maintenance

Solicitation ID TIB-2011-RFP-0025
Posted Date 04 Feb 2011 at 3 PM
Archive Date 07 Aug 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of The Chief Financial Officer
Agency Federal Retirement Thrift Investment Board
Location Washington United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. TIB-2011-RFP-0025. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40.
****************************************************************************************************
Items are required in accordance with the below schedule. Submit written offers (oral offers will not be accepted).

Base Period - Date of Award (DOA) through 12 months of performance.
Option Period 1 - Expiration of Base Period through 12 months of performance
Option Period 2 - Expiration of Option Period 1 through 12 months of performance
Option Period 3 - Expiration of Option Period 2 through 12 months of performance

This acquisition will be a Firm-Fixed Price order.

BASE YEAR- Date of Award (DOA) through 12 months of performance.

CLIN 0001
Annual support for Verint Operational Workflow Management licenses
FFP
MANUFACTURER: Verint
Part Number: M-OWFM-1
Quantity: 1 EA
PoP: 30 Days After Receipt of Award
Brand Name Only
Price to include delivery and installation

Price: $ __________EA

Total Price: tiny_mce_marker____________

INSPECTON AND ACCEPTANCE TERMS:
Delivery/Acceptance
Federal Retirement Thrift Investment Board
1250 H Street NW, Suite 200
Washington, DC 20310
Mr. Leonard Dillard
************************************************************************

 Option Period 1 - Expiration of Base Period through 12 months of performance
CLIN 1001
Annual support for Verint Operational Workflow Management licenses
FFP
MANUFACTURER: Verint
Part Number: M-OWFM-1
Quantity: 1 EA
PoP: 30 Days After Receipt of Award
Brand Name Only
Price to include delivery and installation

Price: $ __________EA

Total Price: tiny_mce_marker____________

INSPECTON AND ACCEPTANCE TERMS:
Delivery/Acceptance
Federal Retirement Thrift Investment Board
1250 H Street NW, Suite 200
Washington, DC 20310
Mr. Leonard Dillard
************************************************************************

Option Period 2 - Expiration of Option Period 1 through 12 months of performance
CLIN 2001
Annual support for Verint Operational Workflow Management licenses
FFP
MANUFACTURER: Verint
Part Number: M-OWFM-1
Quantity: 1 EA
PoP: 30 Days After Receipt of Award
Brand Name Only
Price to include delivery and installation

Price: $ __________EA

Total Price: tiny_mce_marker____________

INSPECTON AND ACCEPTANCE TERMS:
Delivery/Acceptance
Federal Retirement Thrift Investment Board
1250 H Street NW, Suite 200
Washington, DC 20310
Mr. Leonard Dillard
************************************************************************

 Option Period 3 - Expiration of Option Period 2 through 12 months of performance
CLIN 3001
Annual support for Verint Operational Workflow Management licenses
FFP
MANUFACTURER: Verint
Part Number: M-OWFM-1
Quantity: 1 EA
PoP: 30 Days After Receipt of Award
Brand Name Only
Price to include delivery and installation

Price: $ __________EA

Total Price: tiny_mce_marker____________

INSPECTON AND ACCEPTANCE TERMS:
Delivery/Acceptance
Federal Retirement Thrift Investment Board
1250 H Street NW, Suite 200
Washington, DC 20310
Mr. Leonard Dillard

************************************************************************

All interested contractors are to submit a copy of their quotation by the solicitation due date. Items shall be priced FOB Destination.

FAR PROVISIONS: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offerors Representation and Certifications-Commercial Items; Addendum to FAR Clause 52.212-1 applies to this acquisition is as follows: 52.252-1, 52.222-22, and 52.222-25. The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. FAR 52.212-3 can be obtained http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications Application). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete paragraphs (b) through (i) of this provision.

FAR CLAUSES:
52.209-6; 52.232-23; 52.232-25; 52.233-1, 52.244-6 and 25.253-1 are hereby incorporated. 52.212-4, Contract Terms and Conditions-Commercial Items. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.223-6, 52.204-7, 52.247-34, and 52.252-6. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-5, 52.225-13, 52.232-33, 52.233-3 and 52.233-4 apply to this acquisition.


NOTICE TO OFFERORS: Contractor shall offer to the Agency the same warranty commonly accepted in similar commercial purchases.

Questions may be submitted to Waleska Pierantoni Monge at [email protected]
Via email No Later Than 10 February 2011, 09:00 AM Eastern Standard Time. Follow-up/additional questions will not be accepted after this date. Answers to submitted questions will be provided to all prospective offerors via an RFQ Amendment.

All responses must be received no later than 9:00 AM Eastern Standard Time, 18 February 2011 to FRTIB Procurement Office, 1250 H Street NW, Suite 200, Washington DC 20005 by mail, or e-mail to [email protected]. RECEIVED QUOTATIONS MUST BE GOOD UNTIL 17 March 2011.

Award of this order will be made on a competitive best value basis using the "lowest price, technically acceptable" basis. Award will be made to the Offeror from the pool of technically acceptable proposals, whose cost/price is lowest. Technical acceptability will be determined by evaluating Specifications (MANUFACTURER: Verint, Part Number: M-OWFM-1) and can meet the delivery schedule.

An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR web site is http://www.acquisition.gov/far/.

The Federal Retirement Thrift Investment Board (TIB or Agency) is a Government agency operating on non-appropriated funds whose mission is to act solely in the interests of the Thrift Savings Plan participants and beneficiaries. As a non-appropriated fund agency, it is not bound by the Federal Acquisition Regulation (FAR).

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 28 Jul 2010 at 4 PM
Center Kentucky 06 Sep 2013 at 4 PM
Garden Michigan 24 Sep 2019 at 8 PM
Knoxville Tennessee Not Specified
Tennessee Not Specified

Similar Opportunities

Washington District of columbia 11 Jul 2025 at 4 PM
Ames Iowa 26 Jul 2025 at 7 AM