Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

70 -- Waveset Lighthouse Server Software with Services

Notice Date
2/2/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, DLA-DSS Corporate Contracting Office, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220
 
ZIP Code
22060-6220
 
Solicitation Number
SP4700-04-T-0011
 
Response Due
2/13/2004
 
Point of Contact
Brenda Geist, Contracting Officer, Phone (703)767-1172, Fax (703)767-1172, - Brenda Geist, Contracting Officer, Phone (703)767-1172, Fax (703)767-1172,
 
E-Mail Address
brenda.geist@dla.mil, brenda.geist@dla.mil
 
Description
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. Solicitation SP4700-04-T-0011 is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Acquisition of Commercial Items; (FAC 18); 12 January 2004. This solicitation is unrestricted and the associated NAICS code is 541511, size standard is $21M. DAASC requires Waveset Lighthouse Server software. Waveset Lighthouse software provides the interfaces, services and solutions to support DAASC’s needs for secure identity administration. This includes Provisioning Manager, Password Manager, Resource Adapters, Virtual Identity Manager, Auto-Discovery Engine. The Lighthouse Server also includes support for Role and Rule based account creation and provisioning along with n-level Delegated Administration functionality and extensive reporting and auditing features all from a Single Point of Administration. Also required as a part of the Lighthouse Server is Waveset’s Resource Adapter Wizard and three resource adapters. The licensing model for the Waveset Lighthouse Server includes support for Development, Test, Q-A, Training, High Availability, Backup and Production instances (instantiations) of the server software environment. Licenses for 10000 Internal (Heavy) users, 50,000 Extranet Users, Waveset premium 24x7 support and software maintenance, and ten days of installation support to include travel cost are required to complete this purchase. All travel will be to Dayton, Ohio in accordance with the JTR. Delivery service is to start 1 March 2004. The following items are being purchased: CLIN 0001, 7 each, Waveset Lighthouse Server Full Use Development Environment; CLIN 0002 Internal (Heavy) Users, 10,000 each; CLIN 0003, Extranet Users, 50,000 each; CLIN 0004, Resource Adapters, 1 each; CLIN 0005, On-Site Support 2 Weeks, 7 sites; CLIN 0006, Travel, estimated not to exceed $3,500; CLIN 0007, 24X7 Maintenance and Support (with one 800 number); 1 year; CLIN 0008, OPTION 1, 1 each, Waveset Lighthouse Server Full Use Development Environment; CLIN 0009 OPTION 1 Internal (Heavy) Users, 10,000 each; CLIN 0010, OPTION 1, Extranet Users, 50,000 each; CLIN 0011, OPTION 1, Resource Adapters, 1 each; CLIN 0012, OPTION 1, On-Site Support 2 Weeks, 1 site; CLIN 0013, OPTION 1, Travel, estimated not to exceed $3,500; CLIN 0014, OPTION 1, 24X7 Maintenance and Support (with one 800 number); 1 year; CLIN 0015, OPTION 2, 1 each, Waveset Lighthouse Server Full Use Development Environment; CLIN 0016 OPTION 2 Internal (Heavy) Users, 5,000 each; CLIN 0017, OPTION 2, Extranet Users, 50,000 each; CLIN 0018, OPTION 2, Resource Adapters, 1 each; CLIN 0019, OPTION 2, On-Site Support 2 Weeks, 1 site; CLIN 0020, OPTION 2, Travel, estimated not to exceed $3,500; CLIN 0021, OPTION 2, 24X7 Maintenance and Support (with one 800 number); 1 year; CLIN 0022, OPTION 3, 1 each, Waveset Lighthouse Server Full Use Development Environment; CLIN 0023 OPTION 3 Internal (Heavy) Users, 5,000 each; CLIN 0024, OPTION 3, Extranet Users, 50,000 each; CLIN 0025, OPTION 3, Resource Adapters, 1 each; CLIN 0026, OPTION 3, On-Site Support 2 Weeks, 1 site; CLIN 0027, OPTION 3, Travel, estimated not to exceed $3,500; CLIN 0028, OPTION 3, 24X7 Maintenance and Support (with one 800 number); 1 year. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this. FAR/DFAR clauses 52.217-5, 52.217-6, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33 and 252.211-7003 apply to this solicitation. Offers are due 13 February 2004, 2:00 p.m. Eastern Daylight Time, Andrew T. McNamara Headquarters Complex, 8725 John J. Kingman Road, Suite 1145, Fort Belvoir, VA 22060-6220. Please contact Ms. Antoinette Gregg (antoinette.gregg@dla.mil) for information regarding the solicitation. Please submit all questions in writing to the above referenced electronic address by 6 February 2004. Award will be made to the offeror that can demonstrate their availability to provide product and service within the timeframe established in this solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-MAR-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DLA/J3/DLA-DSS/SP4700-04-T-0011/listing.html)
 
Place of Performance
Address: Defense Automatic Addressing System Center, 5250 Pearson Road, Building #207, Wright Patterson AFB, Dayton, Ohio
Zip Code: 45433-5328
Country: USA
 
Record
SN00537647-F 20040306/040304235417 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.