Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SPECIAL NOTICE

D -- Intellitactics Software

Notice Date
3/29/2007
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2VUJ07054A100
 
Response Due
3/30/2007
 
Archive Date
4/14/2007
 
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. The Government intends to negotiate and award a sole source purchase order with Immix Technology, Inc. for Intellitactics software licenses and maintenance support for its existing systems. Macdill AFB intends to issue a purchase order to Immix under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the existing agency requirements, for the following reasons stated in the J&A: ?The Network Security Management (NSM) standard maintenance and support is developed by and owned by Intellitactics. Intellitacs utilizes only one distributor to sell its product. That distributor is Immix Technology. USSOCOM requires Intellitactic Network Security Management (NSM) support to keep our current NSM system operational and current to protect USSOCOM networks against cyber attack. Intellitactics has been at the headquarters and all subordinate component commands. The vendor is familiar with the USSOCOM enterprise architecture and can provide expert technical advice and support at a level another vendor cannot approach. Intellitactics Network Security Management (NSM) is the only Security Incident Measurement (SIM) tool that meets the standards of DODI 8500.2. Without this service, USSOCOM will not be able to effectively monitor its networks that are being used to support the Global War on Terrorism (GWOT). To purchase the required software from any source, other than Intellitactics, would require the use of additional resources for testing and approving compatibility with the current network. An estimate of the additional cost is approximately $750,000.00. Without this sole source procurement, there would be a substantial duplication of cost, to the Government, that would not be expected to be recovered through full and open competition.? This announcement constitutes the only announcement. A written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. The North American Industry Classification System (NAICS) is 511210 The Standard Industrial Classification (SIC) is 7372 with a small business size of $23 million. A Firm Fixed Price contract will be awarded. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hil1.af.mil or http://safaq.hq.af.mil/contracting): FAR 52.212-1, Instructions To Offerors ? Commercial Items, FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration, is applicable. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, FAR 52.217-8, Option to Extend Service, FAR 52.222-41, Contract Service Act of 1965, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders ? Commercial Items (Dev.) and 5352.201-901 Ombudsman Clause. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated in full text: DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statues Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items. The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 30 March 2007, 12:00 P.M. Eastern time. Signed and dated offers must be submitted to 6 CONS/LGCB, Attn: Stephen Colton, 2606 Brown Pelican Ave., MacDill AFB, FL 33621 on or before the response time. Emailed questions or responses will also be accepted at stephen.colton@macdill.af.mil. All offers shall include the solicitation number, company name, address, phone and fax numbers, and point of contact, DUNS Number, and Federal Tax ID Number.
 
Place of Performance
Address: 2606 Brown Pelican Ave., Macdill AFB, Tampa, FL
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01262141-W 20070331/070329222346 (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  © 1994-2020, Loren Data Corp.