Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2006 FBO #1697
MODIFICATION

70 -- Network Monitoring Software

Notice Date
7/18/2006
 
Notice Type
Modification
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-06-R-7507
 
Response Due
7/11/2006
 
Archive Date
7/26/2006
 
Point of Contact
Ryan Prickett, Contract Negotiator, Phone 937-656-7469, - Nathan Pennington, Contracting Officer, Phone 937-656-7462,
 
E-Mail Address
ryan.prickett@wpafb.af.mil, nathan.pennington@wpafb.af.mil
 
Description
FA860406R7507 -Request for Statseeker Network Monitor AMENDMENT: #2 This amendment changes #FA8604-06-R-7507 from sole source requirement to a small business set-aside for open competition. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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 Request for Quotation (RFQ) number is FA8604-06-R-7507. This solicitation and incorporated clauses/provisions are those in effect through Federal Acquisition Circular 2005-11, Effective 05 Jul 2006 and & Class Deviation 2005-o0001 and DFARS Current to Change Notice 20060616. The solicitation incorporates by reference the following clauses: FAR 52.204-7, 52.212-1, 52.212-3, 52.212-4, 52.212-5, and DFARS 252.204-7004 - Alternate A, 252.212-7001, 252.227-7013, and 252.227-7014. NAICS Code: 423430. SYSTEM REQUIREMENTS: The system will be to support a Unix computational environment. The software will need to monitor 10,000 switch/router ports and collect and maintain a history of usage, state, and error statistics for each port. Collection will need to be done over a low bandwidth link via the SNMP protocol. The software must be able to handle different router and switch configurations, including manufacturer, type of switch, version of OS, and SNMP authentication strings. No software can be loaded on the switches or routers. The software requires the ability to sort the data by any collected statistic independent of the switch/router location. The software should also be able to export the data. Access to the data must be via a web browser on a non-Microsoft machine via an SSL connection supporting the DoD CAC certificates as authentication. As a warning, Microsoft based solutions would be very difficult to support in the environment this will be utilized in. EVALUATION REQUIREMENTS: The Government will select the best overall offer, based upon an integrated assessment of the evaluation factors and are described below. All factors other than cost or price when combined are significantly more important that cost or price. Supportability and Price are equally weighed; however, the product proposed must be determined to be technically acceptable. 1. Technical Capability 2. Supportability 3. Price 1. Technical Capability: This will be evaluated by the ability to fulfill the above requirements. Pass/Fail 2. Supportability: The below sub-factors will be evaluated to determine supportability of proposed product. a. Administration requirements of the machine b. Hardware requirements needed to support it c. Amount of customization needed to obtain the functionality d. Impact of additional support platforms These will be given a rating of Excellent, Satisfactory, and Unsatisfactory depending on definitions below Excellent (BLUE) Response meets all and exceeds some of the specified minimum performance or capability requirements in a way beneficial to the Air Force and has little potential to cause disruption of schedule, increased price, or degradation of performance. Normal contractor effort and normal Government monitoring will probably be able to overcome difficulties. Satisfactory (GREEN) Response meets all of the specified minimum performance or capability requirements and has little potential to cause disruption of schedule, increased price, or degradation of performance. Special contractor effort and close Government monitoring will probably be able to overcome difficulties. Unacceptable (RED) Response fails to meet some specified minimum performance or capability requirements necessary for acceptable contract performance and is likely to cause significant disruption of schedule, increased price or degradation of performance. Risk may be unacceptable even with special contractor effort and close Government monitoring. 3. Price: Reasonable Please note if manufacturer requires a license agreement to be signed by government, the terms and conditions of that agreement are required to be in compliance with all Federal Laws, Statutes, and the Federal Acquisition Regulation. Therefore, please modify accordingly and submit with your quote. Delivery schedule is thirty (30) days after receipt of order. Offeror must quote on all items or none. FOB Destination. The ship to address is Wright-Patterson AFB OH 45433-7817. Proposals shall be received at ASC/PKWIS, Attn: Ryan Prickett, 2275 D Street., Bldg. 16, Wright-Patterson AFB OH 45433, or by facsimile at (937) 656-7469, or e-mail at ryan.prickett@wpafb.af.mil for receipt not later than 5:00 PM EST 25 July 2006. For questions regarding this synopsis/solicitation please contact Ryan Prickett at (937) 656-7469 /e-mail ryan.prickett@wpafb.af.mil All information regarding this acquisition will be posted on the World Wide Web at http://www.pixs.wpafb.af.mil
 
Place of Performance
Address: ASC/PKW, 2275 D Street., Bldg. 16, Wright-Patterson AFB OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01091581-W 20060720/060718220700 (fbodaily.com)
 
Source
FedBizOpps 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.