Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
SOLICITATION NOTICE

70 -- Netegrity Siteminder Products

Notice Date
11/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
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
J6104308001
 
Response Due
11/24/2004
 
Archive Date
12/9/2004
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is J6104308001 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-25. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210. This requirement will be a 100% small business set-aside. This shall be a Firm Fixed Price contact. The specifications are as follows: Line Item 0001 (1) each, Netegrity SiteMinder Advanced CERT Auth Module. Line Item 0002 (1) each, Netegrity SiteMinder User Context Gateway. Line Item 0003 (1) each, Netegrity SiteMinder Gold Maintenance& Support. Delivery is FOB Destination. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Inspection and acceptance shall be made at destination by the receiving activity. The following clauses are applicable: FAR 52.212-1, Instructions to Offerors?Commercial Items (addendum to paragraph (h); a single award will be made); FAR 52.212-2, Evaluation Commercial Items, the factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price; award will be made to the low cost, technically acceptable responsible offeror; FAR 52.212-4 Contract Terms and Conditions?Commercial items; and the offer shall provide the information required in FAR 52.212-3 Offeror Representations and Certification?Commercial Items. The FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item, includes the following clauses incorporated by reference: FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E. O. 13126), FAR 52.222-21?Prohibition of Segregated Facilities, FAR 52.222-26?Equal Opportunity (E.O. 11246), FAR 52.222-36?Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36?Affirmative Action for Workers with Disabilities (29 U.S.C. 793), and FAR 52.232-33?Payment by Electronic Funds Transfer?Central Contractor Registration (31 U.S.C. 3332). Other applicable clauses include; DFARS 252.212-7001?Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. These clauses may be obtained via the Internet at http://www.arnet.gov/far . Quotes must be received no later than the close of business November 24, 2004. The government technical Point of Contact/COR is Vic Szabo, 703-767-2373.
 
Place of Performance
Address: Lockheed Martin, 1401 Del Norte Street, Denver, CO 80221, , Attn. Larry Jeffers
Zip Code: 80221
Country: USA
 
Record
SN00709211-W 20041119/041117211537 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.