Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
MODIFICATION

70 -- Disknet Pro Annual Support

Notice Date
9/25/2007
 
Notice Type
Modification
 
NAICS
443120 — Computer and Software Stores
 
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
Reference-Number-F2VUJ07173AC06
 
Response Due
9/27/2007
 
Archive Date
10/12/2007
 
Point of Contact
Nathan Bowles, Contract Specialist, Phone 813-828-0280, Fax 813-828-5111
 
E-Mail Address
nathan.bowles@macdill.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
***This amendment is to change the closing date to 1200 27 Sept 2007. Remove option years from the request. Change the requirement a single year with 30,000 licenses. All changes have been made below.*** This is a combined synopsis/solicitation for a commercial supplies 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. This is a Request For Quote (RFQ) and the solicitation number is F2VUJ07173AC06. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following items: brand name only disknet pro annual support and maintenance. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20 effective 6 September 2007, DFAR DCN 20070913, and AFFAR AFAC 20070823. The North American Industry Classification System code (NAICS), 443120 Computer and Software Stores. The Standard Industrial Classification (SIC) is 5045, Computers Peripherals and Software. A firm fixed price contract will be awarded. All interested parties must bid on all items. DESCRIPTION OF REQUIREMENT: 30,000 Disknet Pro Licenses, including Encryption Policy Manager, Annual Support and Maintenance. This acquisition is a brand name only requirement based upon the excerpt from the Contracting Officer signed Justification and Approval. Reflex Disknet Pro software was installed on the USSOCOM enterprise in January 2007, and provides USSOCOM Headquarters enterprise and local visibility of compliance with established network security policy. This requirement is to continue the maintenance and support of the system. As the system is currently less than a year into service the costs associated with the purchase as outlined below would not be fully recouped if any competitor's software were able to be integrated as a replacement. Reflex Disknet Pro reveals how security policy is actually applied on the operational network. By highlighting systems and users that do not comply, command attention and resources may then be focused on strengthening the network security posture through better policy enforcement. Reflex Disknet Pro also provides information that will identify issues that are inadequately addressed by existing policy. This information enables USSOCOM to continually develop and refine its computer network security policy. Finally, due to its ability to monitor removable media at a highly granular level, Reflex Disknet Pro is a useful tool to mitigate the risk necessitated by operational requirements. The software is the only CJCSI 6510.01D approved software which allows USSOCOM to meet the following requirements: Provide an enterprise-wide solution with a policy driven mechanism of securing information Provide an automated capability to ensure data integrity across the enterprise Provide a central control of access to removable media, as well as user access to floppy disk, CD/DVD ROM, Zip/Jazz drives, memory sticks, PDA and flash memory allowing all removable media/IO devices to be authorized before use is granted and for authorization to be centrally managed or authorized with Active Directory group management Provide a profile based file management capability to prevent users from creating defined file types on local workstation and or network drives Provide device management through administrative control of user access to all PC ports. Provide ability to control USB, IrDA, Com, Firewire and LPT ports Provide detailed auditing capability. All events are centrally logged in an SQL database with the ability to create structured queries and detailed reports. All file operations on all removable storage devices including CDs/DVDs, thumb drives and PDAs, can be audited. Provide tracking of user behavior and system security Automatically detects and integrate with compatible anti-virus scanners Ensure data can only be accessed by authorized personnel, on authorized systems Provide enterprise and local visibility of compliance with established network security policy (show how security policy is actually applied on the operational network) Provide the automated capability to identify issues not captured by existing policy Provide capability to mitigate the risk necessitated by operational requirements Provide an automated application verification and audit analysis capability Provide visibility into enterprise operations and potential security threats Quantifies the status of enterprise security providing the necessary information for continuous improvements Provide a capability to build security analysis into existing policy and automate event response Provide capability to identify and prioritize potential network vulnerabilities Provide a common policy definition for network operation among enterprise stakeholders Ensure only approved file types can be accessed on removable drives. Ensure only authorized digitally tagged disk can be used when using floppy disk, or during removable media authorization; enforcing a complete virus check of all removable media. United States Special Operations Command requires this brand name only support as award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. The approximate cost of the duplication effort would be $899,497.00, as outlined in the table below. These costs are based on expenditures under the current contract that have been incurred to gain a level of operational acceptance by the government for contractors and government employees. The cost that would not be recovered through open competition involves resources for testing and operational readiness (certification and accreditation, operational compatibility and continuity) with the current network architecture and the risk associated to downtime and lack of coverage during a replacement phase of new technology. Award will be made to the quotation which offers the best value to the government. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Item is to be procured on behalf of USSOCOM, MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: 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.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.232-18 Availability of Funds; FAR 52.232-19 Availability of Funds for the Next Fiscal Year; FAR 52.204-7, Central Contractor Registration; FAR 52.219-28 Post-Award Small Business Program Rerepresentation; FAR 52.217-6 Option For Increased Quantity, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Central Contractor Registration, Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 27 September 2007 by 1200 (12:00PM) EST. Submit offers or any questions to the attention of SrA Nathan J. Bowles, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to nathan.bowles@macdill.af.mil.
 
Place of Performance
Address: MacDill AFB, FL
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01420229-W 20070927/070925224819 (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.