Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2008 FBO #2312
MODIFICATION

D -- ArcSight Premium Support and Security Content Subscription

Notice Date
3/24/2008
 
Notice Type
Modification
 
NAICS
334611 — Software Reproducing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB UNIT 3115, APO, AE, 09021, UNITED STATES
 
ZIP Code
09021
 
Solicitation Number
Reference-Number-F3NF068057AC01
 
Response Due
3/28/2008
 
Archive Date
4/12/2008
 
Point of Contact
Dennis Nazareno, Contract Specialist, Phone 011-49-631-536-6689, Fax 011-49-631-536-8410, - Winfried Klein, Mr., Phone (49) 631 536-6803, Fax (49) 631 3539 198/143
 
E-Mail Address
Dennis.Narzareno@ramstein.af.mil, Winfried.Klein@ramstein.af.mil
 
Description
(SEE AMENDMENT NOTES AT THE BOTTOM OF THIS SOLICITATION.) (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F3NF068057AC01. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. (iv) This solicitation is unrestricted. The North American Industry Classification System (NAICS) code is 334611. (v) Potential offerors are to quote on the following line items: Line Item Item Description Quantity Unit of Issue 0001 Annual Maintenance and Subscription 1 Year Premium support, 24 X 7 helpdesk, standard upgrades ArcSight Product Code: APS-PRE 0002 Annual Security Content 1 Year Subscription, On-going signature categorization, vulnerability mapping ArcSight Product Code: SIC-SUB (vi) No substitution is authorized. (vii) Services shall be provided FOB Destination at Ramstein Air Base, Germany at the following address: U.S.Air Force in Europe NOSC Attn: MSgt Reynolds Unit 3050 Box 125 APO AE 09094 (viii) FAR 52.212-1, Instructions to Offerors--Commercial Items (Jan 2006), applies to this acquisition. Addendum to 52.212-1 (c ) Period of Acceptance of Offerors. The paragraph is tailored as follows: The offeror agrees to hold the prices in its offer from for 30 calendars days from the date specified on the receipt of offers. ADDENDA to 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of the proposal, the offer must follow the instructions contained herein. The proposal must be complete, self-sufficient and respond directly to the requirements of this solicitation. The evaluation will be performed as follows: LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) where the item supplied shall meet the Government requirement in accordance with the description provided. (ix) FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the item(s) offered to meet the Government requirement; (2) price; (3) delivery terms. The Government intends to award to one vendor on an ?all or none? basis. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. (x) Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.213-3, Offeror Representations and Certifications Commercial Items (Jun 2006). Alternate I (Apr 2002) (xi) FAR 52.212-4, Contract Terms and Conditions, Commercial Items (Feb 2007) applies to this acquisition. There is no addenda to this clause. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Nov 2007) (DEVIATION). The following additional FAR clauses cited in the clause are applicable: 52.203-6 Restrictions on Subcontractors Sales to the Government(Sep 2006) 52.203-6 Alternate I (Oct 1995) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Aug 2007) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer, Central Contractor Registration (Oct 2003) (xiii) The following clauses and provisions apply to this solicitation and are included by reference: 52.203-3 Gratuities (Apr 1984) 52.204-4 Printed or Copied Double Sided on Recycled Paper (Aug 2000) 52.204-7 Central Contractor Registration (Jul 2006) 52.215-5 Facsimile Proposals (Oct 1997) 52.225-14 Inconsistency Between English Version and Translation of Contract (Oct 2003) 52.232-33 Payment by Electronic Funds Transfer, Central Contractor Registration 52.233-2 Service of Protest (Aug 1996) Fill-in: Contracting Officer: Mr. Winfried Klein, 700 Contracting Squadron, Unit 3115, APO AE 09021-3115. e-mail: winfried.klein@ramstein.af.mil, telephone no. from the U.S. (011) (49) 631-536-6689, in Europe 00-(49)-631-536-6689. 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-34 F.o.b. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-5 Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 5352.201-9101 Ombudsman. OMBUDSMAN (AUG 2005) (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 of 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 ombudsmen, Primary: Col Paul R. Horst, Jr., HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-5010 or COMM: HQ USAFE/A7K, Geb. 529 Flugplatz, 66877 Ramstein-Miesenbach DE , Phone number: DSN (314) 480-5910 or COMM: +49 (0)6371-47-5910, facsimile number: DSN (314) 480-2025 or COMM +49 (0)6371-47-2025, E-mail: paul.horst@ramstein.af.mil Alternate: Mr David Jones, HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-5010 or COMM: HQ USAFE/A7K, Geb. 529 Flugplatz, 66877 Ramstein-Miesenbach DE, Phone number: DSN (314) 480-2209 or COMM: +49 (0)6371-47-2209, facsimile number: DSN (314) 480-2025 or COMM +49 (0)6371-47-2025, E-mail: Dave.Jones@ramstein.af.mil. Concerns, issues, disagreements, 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/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, 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) 252.204-7004 Alternate A - Central Contractor Registration (Sep 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) 252.225-7036 Buy American Act--North American Free Trade Agreements--Balance of Payments Program (Mar 2007) 252.225-7041 Correspondence in English (Jun 1997) 252.225-7042 Authorization to Perform (Apr 2003) 252.229-7002 Customs Exemptions (Germany) 252.232-7010 Levies on Contract Payments 252.232.7003 Electronic Submission of Payment Requests (Mar 2007) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 252.243-7002 Requests For Equitable Adjustment (Mar 1998) use with Fixed Price 252.247-7023 Transportation of Supplies by Sea (May 2002) 252.247-7023 Alternate III (May 2002) * The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil/ and http://farsite.hill.af.mil/VFDFARA.HTM (xiv) Any responsible vendor that can provide required services or products can submit an offer to this agency. (xvi) Quotes are due for submission to 700 CONS/LGCD, Kaiserslautern, Germany no later than 3:00 P.M., Central European Time, 28 MARCH 2008. Quotes can be sent via e-mail to dennis.nazareno@ramstein.af.mil and winfried.klein@ramstein.af.mil or faxed to the following number, 011-49-631-536-8410. All quotes must include the following information: Complete company mailing and remittance address, discount for prompt payment (if any), CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number (if a US vendor). All quotes must be valid for a period of no less than 30 days. (xvii) Points of Contact for this combined synopsis/solicitation are: Primary: Mr. Dennis Nazareno, tel. 011-49-631-536-6689 or email: dennis nazareno@ramstein.af.mil. Secondary: Mr. Winfried Klein, tel: 011-49-631-536-6689 or email: winfried.klein@ramstein.af.mil --------------------------------------------------------------- AMENDMENT TO SUBJECT COMBINED SYNOPSIS/SOLICITATION: This combined synopsis/socitation is amended to include the brand name justification for ArcSight Software Support and Incidental Services in accordance with FA 11.105: BRAND NAME JUSTIFICATION Agency: USAF MAJCOM: USAFE Contracting Activity: 700 CONS/LGCD 1. Nature and/or description of the action being approved: Brand name justification for purchase of ArcSight Security Event Manager software support. 2. Type of Contract: Firm fixed price. 3. Description of the Supplies or Services Required: Purchase of ArcSight Security Event Manager software support including the ArcSight Manager, ArcSight database, ArcSight console, and all associated ArcSight agents. The initial purchase of the software and hardware for this product was approximately $500K. This software support has been purchased annually for the past three years. 4. Estimated value of the supplies or services required: The annual price for support of the ArcSight product is approximately $____________. 5. Authority permitting other than full and open competition: FAR 11.105(a) 6. Justification Rationale: The USAFE Network Operations and Security Center currently uses the ArcSight Security Event Manager product to fill a role that is currently void in our security environment. The ArcSight product allows us to bring logs from multiple devices into one single database in order to perform correlation. The continued use of this product will allow USAFE to continue using the rule sets, filters, and anomaly detection that has been developed in ArcSight over the last three years. It will also allow us to interface our information with other EUCOM components such as DISA Europe and the Army Computer Emergency Response Team in Manheim which also uses ArcSight. 7. Market Research Information and Efforts Made to Ensure Offers are Solicited from as Many Potential Sources: During the selection of ArcSight three years ago, there was no other tool that filled the role of Security Event Manager in an enterprise environment. Moving to a different tool after three years of development with ArcSight would be cost intensive. Associated costs would include price of a new software product, new hardware to support the product, training for existing personnel to use the new product, and the money and time required to duplicate the content we have already developed using ArcSight. The cost of all these associated items would likely approach or exceed $__________ today. 8. Best Value: Procurement of the ArcSight licenses and software updates in support of ArcSight under the GSA Multiple Award Schedule (if available) or open market basis, best meets the agency?s needs, costs, special features and the Air Force standardization effort and therefore, represents best value for the USAFE and Air Force. 9. Any Other Facts Supporting the Justification: The intent of this action is to minimize costs and maintain current capabilities through uninterrupted receipt of ArcSight software updates and support to defend USAFE networks from attacks and ensure day-to-day operation of USAFE and its mission accomplishment. I certify that the justification provided herein is accurate and complete to the best of my knowledge and belief. ______//Signed//___________ JUDSON L. BENNETT, MAJ, USAF Commander, Detachment 4, 83 NOS Date: 21 March 08 I certify that the justification provided herein is accurate and complete to the best of my knowledge and belief. _________//Signed//_________ RICHARD KOWALSKI Contracting Officer Date: 24 March 08 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/USAFE/ROB/Reference-Number-F3NF068057AC01/listing.html)
 
Place of Performance
Address: USAFE CSS/SCNX (NOSC) Ramstein Air Base Unit 3050, Box 125 APO AE 09094-1255
Zip Code: 09094
Country: GERMANY
 
Record
SN01540403-F 20080326/080324230213 (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.