ACL Analytics Client Server

expired opportunity(Expired)
From: Federal Government(Federal)
18-233-SOL-00619

Basic Details

started - 31 Jul, 2018 (about 5 years ago)

Start Date

31 Jul, 2018 (about 5 years ago)
due - 10 Aug, 2018 (about 5 years ago)

Due Date

10 Aug, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
18-233-SOL-00619

Identifier

18-233-SOL-00619
Department of Health and Human Services

Customer / Agency

Department of Health and Human Services
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 the format in Subpart 12.6, 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.(ii) The solicitation number 18-233-SOL-00619. The solicitation is issued a request for quotation (RFQ).(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99.(iv)A notice regarding any set-aside and the associated NAICS code is 511210 and the small business size standard is $38.5 million.(v) A list of line item number(s), items description and quantities - Please see attachment.(vi) Description of Requirements - This is a brand name requirement for ACL only. The ACL brand is required because the Office of the Inspector General (OIG) already owns the ACL software and requires
continuous use of it. The software allows OIG technical staff to process large volume of data into "usable" auditor-friendly MS Access and Excel files; analyze MS Excel and Access and text files to obtain auditor-requested statistics and summaries; and perform simple data mining; and to process quarterly Medicaid data obtained directly from States.(vii) The period of performance is 12 months from date of award. Technical support, software upgrades and patches for existing licenses shall be at the JFK Federal Building, Boston, MA.(viii) A statement that the provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision.(ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.The following factors shall be used to evaluate offers:• Low Price Technically Acceptable(x) A statement advising offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.(xi) A statement that the clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note); (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)); (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126); (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015); (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246); (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793); (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627); (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); (49) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); (55) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).(xiii) The following additional clauses are applicable to this acquisition: 52.203-19 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation. FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. The following Health and Human Services Acquisition Regulations (HHSAR) clauses apply to this acquisition: HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations; HHSAR 352.239-74, Electronic and Information Technology Accessibility. The following additional provisions are applicable to this acquisition: FAR 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation and HHSAR 352.239-73, Electronic and Information Technology Accessibility.(xiv) Defense Priorities and Allocations System (DPAS) -N/A(xv) Quotes are due Friday, August10 by 2:00 pm, EST, electronically to the Contract Specialist at Ingrid.Walker@psc.hhs.gov(xvi) Contact Mrs. Ingrid Walker, Contract Specialist, at Ingrid.Walker@psc.hhs.gov regarding the solicitation.(xvii) Any inquiries must be emailed to the Contract Specialist, with "18-233-SOL-00619- ACL Analytics Client Server - Inquiries" in the subject line no later than Monday, August 06 by 2:00 pm, EST. Contact Information: Ingrid Walker, Contract Specialist, Phone (301) 492-4716, Email ingrid.walker@psc.hhs.gov Office Address :7700 Wisconsin Ave Bethesda MD 20857 Location: Acquisition Management Services Set Aside: N/A

Acquisition Management ServicesLocation

Address: Acquisition Management Services

Country : United StatesState : Tennessee

You may also like

FY24 Renewal Duende Identity Server Enterprise

Due: 30 Jun, 2024 (in 2 months)Agency: DPS-Dept of Public Safety

FREEZERWORKS CUSTOMER CARE PROGRAM - SUMMIT SERVER +3 CLIENTS

Due: 31 Mar, 2026 (in 23 months)Agency: NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY

HASHICORP VAULT ENTERPRISE CLUSTER- CLIENT - SUPPORT

Due: 29 Sep, 2024 (in 5 months)Agency: FEDERAL AVIATION ADMINISTRATION

Please Sign In to see more like these.

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

Classification

NAISC: 511210 GSA CLASS CODE: 70