The RFP Database
New business relationships start here

IBM i2 Licenses and Training for INL Section U.S. Embassy, The Bahamas


District Of Columbia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

INTRODUCTION

The Bahamas remains a transit point for illicit narcotics bound for the United States.  The Bahamas’ close proximity to the coast of Florida as well as its location on Caribbean transshipment routes makes it a natural conduit for trafficking in and smuggling of narcotics, firearms, and persons/migrants.  Smuggling is enabled and accompanied by organized crime and gang activity, resulting in one of the highest per capita murder rates in the world.  Bahamian officials and law enforcement see the illegal importation of firearms, nearly all of which come from the United States, as a major contributor to violent crime. 

In an effort to combat firearms violence in The Bahamas, the Royal Bahamas Police Force and The Bureau of Alcohol Tobacco Firearms and Explosives have created a multiagency, multinational group of criminal investigators from The Bahamas and The United States.  The tasking of this new unit is to recover illegal firearms and process, trace and forensically explore their usage by the criminal element.  In utilizing investigators from both The Bahamas and The United States the Unit is better capable to identify, interdict, investigate and prosecute those responsible for violence and firearms trafficking in The Bahamas.

SCOPE OF WORK

The intent of this contract is designed to provide the Royal Bahamas Police Force (RBPF) officers in the Firearms Tracing Unit with case management tools designed to enhance its daily operating functions

The Offeror will provide qualified instructor staff on-site in The Bahamas.  The Offeror will offer IBM i2 Analyst’s Notebook, Basic and Advanced; iBASE user training; iBASE designer training. Through this training, participants should develop a standardized level of capability and proficiency to enable them to use all of these IBM i2 software. The offeror will also provide IBM i2 licenses described below.

PERIOD OF PERFORMANCE

The overall period of performance for this requirement is one (1) base year plus two (2) option years.

PLACE OF PERFORMANCE

The Royal Bahamas Police Force Police College, Nassau, New Providence, The Bahamas

AWARD TYPE

The Government intends to award a Firm-Fixed Price Contract for the requirements identified in this RFQ. The price shall include all direct and indirect costs, profit, insurance, etc.  The price shall not be subject to adjustment after award.

NAICS CODE

611519 – Other Technical and Trade Schools with a size standard of $15M.

SET-ASIDE

This acquisition is Woman-Owned Small Business Set-Aside / Economically Disadvantaged Women-Owned Small Business Set-Aside in accordance with FAR 19.15.

ACQUISITION METHOD

FAR Part 13 Subpart 13.5 – Simplified Procedures for Certain Commercial Items

QUESTIONS CONCERNING THE REQUEST FOR QUOTE

Offerors are warned against contacting any INL personnel other than the Contracting Officer and Contract Specialist prior to award of the Contract resulting from this RFQ.  If such a contact occurs and found to be prejudicial to competing vendors, the vendor making such a contact may be excluded from award consideration.

Answers to inquiries/questions, if given, shall be provided in writing to all vendors being solicited.

No information concerning this RFQ shall be provided in response to telephone calls.  All such requests must be submitted in writing to the Contracting Representative Written questions relating to this RFQ shall be accepted through 11:00 A.M. (local Washington D.C. time) Monday, January 07, 2019.  Any communications in reference to this RFQ shall cite the reference section title and page number, and directed to the following individual:

Name:              Jeffrey Lloyd

Title:                Contract Support Specialist

E-mail:             LloydJD@state.gov

 

NOTICE OF RFQ CLOSING DATE AND TIME

All offers shall be submitted to the designated Government Representative via email 11:00 A.M. (local Washington D.C. time) on the following date: Monday, January 28, 2019. 

Name:              Jeffrey Lloyd

Title:                Contract Support Specialist

E-mail:              LloydJD@state.gov

 

QUOTE DELIVERY

Contractors shall submit one electronic copy of Volume I (Technical Quote) and Volume II (Cost/Price Quote). This includes Microsoft Word, Excel, and PowerPoint (as applicable and appropriate). PDF format shall be used only for scanned documents. Volume I shall be on a separate electronic file from Volume II. 

 

The electronic copy, upon file opening and display on the computer monitor, shall appear exactly as the printed hard copy quote submission with the same font size restriction. Contractors should use a Read and Delivered Receipt to ensure timely submission as well as to ensure that the USG received the proposed Quote.

 

Offeror’s submission shall not exceed twenty-five (25) pages total. Submissions of this RFQ shall be times new roman, 12 font and include all sections under evaluation; (1) Plan of Action and Statement of Understanding, (2) Past Performance, and (3) Staffing Plan and Personnel.  There is a 3 page limit per past performance reference, with a maximum of three references allowed. Resumes shall not exceed 2 pages each. Resumes do not count toward the page limit. There is no page limit for pricing.

 

CONTRACTOR RELATIONSHIPS

DoS encourage the use of small business subcontractors. In addition, the Department requires that any potential Organization Conflict of Interest be identified by the offeror to ensure proper firewalls are established prior to award.  

 

MULTIPLE PROPOSALS/ALTERNATIVE SOLUTIONS

Contractors shall not submit, nor will the Government accept or evaluate, multiple quotes offering alternative solutions. Contractors shall not submit, nor will the Government accept or evaluate, multiple solutions within one quote.

 

PERIOD OF ACCEPTANCE OF OFFERS

Contractors shall agree, if the quote is accepted within ninety (90) calendar days (unless a greater period is inserted by the contractor) from the date specified in the solicitation for receipt of quotes, to furnish any or all of the requirements upon which prices are proposed at the price set opposite each item, performed and/or delivered at the designated point(s) within the time specified.


Jeffrey D. Lloyd, Contract Support Specialist, Email lloydjd@state.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP