Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SPECIAL NOTICE

59 -- TIER 2 PROTOCOL BASE LICENSES

Notice Date
5/22/2008
 
Notice Type
Special Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, AF ISR Agency Contracting Div, 102 Hall Blvd, Ste 258, San Antonio, Texas, 78243-7091, United States
 
ZIP Code
78243-7091
 
Solicitation Number
F2MU1D8109A003
 
Point of Contact
Aisha Z Ross,, Phone: 210-977-6425
 
E-Mail Address
aisha.ross@lackland.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with MU Supply on a sole source basis. Mu Security has the security analyzer that provides the depth, agility, and breadth necessary to analyze the potential of existent security vulnerabilities in Integrated Network Defense System developed software, under the authority of FAR 6.302-1. This notice of intent is not a request for competitive proposals. Interested persons may identify their interest and capability to respond to the requirement or submit proposals In accordance with FAR 6.301(d) the Government will consider any proposal received by the due date for this combined synopsis/solicitation. A determination by the Government not to compete this proposed contract is solely within the discretion of the Government. This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-25 and DFARS Change Notice 20080513. The North American Industry Classification System (NAICS) code is 334119 and the size standard is 1000 employees. Reference number F2MU1D8109A003 is issued as a request for quotation (RFQ). Contract Line Item Numbers (CLINs) for this solicitation are as follows: CLIN 0001- Item: SW-T2-1PK-1Y- Single Tier 2 Protocol Base License + updates for 1 year (single tier 2 protocol base license), Qty: 1, Unit of Issue: Ea, Unit Price: __________, Total Amount: _____________. CLIN 0002- Item: SW-SOLN-ADM1-1Y - Amin-1 Solution Bundle - includes licenses for SNMP, SSH, HTTP and Telnet + updates for one year (Admin Solution Bundle). Qty: 1, Unit of Issue: Ea, Unit Price: _____________, Total Amount: ______________. CLIN 0003- Item: SYS-M4K-VI - Mu Security with a set of standard IPv4 (Security Analyzer Hardware, Qty: 1, Unit of Issue: Ea, Unit Price: _____________, Total Amount: ______________. FOB: __________________ for delivery to AFIOC/IO, 404 Greig Sr., San Antonio TX 78226. The following clauses and provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror-Commercial Items. Addendum: The following paragraphs are tailored as follows: Para (c), Period for Acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 60 calendar days for the date specified for receipt of quotes. Pare (e), Multiple Offers. Multiple quotes will not be accepted. Interested parties may submit a written quote in accordance with FAR 52.212-1. Oral quotes will not be accepted. Quotes must be submitted on an all or none basis. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. To be eligible to receive an award resulting from this RFQ, quoters must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Quoters must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. FAR 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: (1) Conformance to the description of supplies; and (2) Price. Only firm-fixed price offers will be evaluated. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; FAR 52.233-3, Protest After Award, FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.252-2, Clauses Incorporated by Reference, fill in: http://farsite.hill.af.mil or http://www.arnet.gov. FAR 52.252-6, Authorized Deviations in Clauses, fill in: Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2), DFARS 252.204-7003, Control of Government Work Product, DFARS 252.204-7004, Central Contactor Registration, (52.204-7) Alternate A, DFARS 252.212-7001(Deviation), Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items, DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests, and AFFARS 5352.242-9000, Contractor Access to Air Force Installations. Written quotes are due no later than 28 May 2008, 3:00 p.m. Central Standard Time (CST). Quotes may be emailed to Aisha Z Ross at aisha.ross@lackland.af.mil. POC information: Aisha Z. Ross. AF ISR AGENCY/A7KA, 102 Hall Blvd Ste. 258, San Antonio TX 78243-7091, Comm.: 210-977-6425, faxed to (210) 671-6414
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=957fe65e0d4c3b2f71a3d3e38d67ba23&tab=core&_cview=1)
 
Place of Performance
Address: 404 Greog Sr., San Antonio, Texas, 78226, United States
Zip Code: 78226
 
Record
SN01579397-W 20080524/080522220832-957fe65e0d4c3b2f71a3d3e38d67ba23 (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.