Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2009 FBO #2621
SOLICITATION NOTICE

70 -- Change of Response Date - 29 January 2009

Notice Date
1/27/2009
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, NRCC, General Support Division, ACA, NRCC, General Support Division, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S009Q0004
 
Response Due
1/29/2009
 
Archive Date
3/30/2009
 
Point of Contact
cynthia watson, 757-878-2800<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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. The reference number for this procurement is W911S009Q0004 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-28 and Defense Federal Acquisition Regulation Supplement Change Notice DCN 20090115. For informational purposes the North American Industry Classification System code is 511210 with a small business size standard of $25.0 Dollars This acquisition is set-aside 100% for Small Businesses. This is a firm-fixed price procurement and will be procured using commercial item procedures and award selection will be based on lowest price and technically acceptable. This acquisition is subject to an approved waiver in accordance with AR 25-1 and DA Pam 25-1-1 through the Computer Hardware, Enterprise Software and Solutions (CHESS) Office. This purchase is to procure an Army approved Audit Reduction and Report Generation Tool. The technical expert will evaluate the quotes on the basis of information furnished by the offeror and specifications provided in the RFQ. The following are the requirements for the Audit Reduction and Report Generation Tool: 1. The selected product must be on the Army Information Assurance tools Approved List. There are three products on this list and the selected product must be one of the three with capability and cost being a major concern for Distribute Learning System (DLS). 2. The selected product must provide for a centrally managed solution that consolidates device communication to zone servers, then the zone server consolidates the information and feeds the information back to the main server at a designated site. The selected product must also be able to failover to a designated DLS COOP location in the event of a contingency. 3. The selected product must not be reliant on the use a software agent or client on each DLS IT device. The selected product must be able to pull the designated audit logs and consolidate the information without having a client or agent on each DLS IT device. 4. The selected product must be configurable by DLS system Administrators in order to minimize bandwidth utilization. 5. The selected product must be compliant with the applicable NIST publication identified, (NIST Special Publication 800-53, technical log audit control framework). 6. The selected product must be configurable by DLS system Administrators to accommodate various sized circuits, e.g. 128K circuits. 7. The product must be capable of operating at a designated primary site, but have the ability to fail-over to a designated alternate site during contingency situations. The cost of the fail-over capability should be at a lower cost than the primary site since it will only be used in contingencies. 8. The selected product must have a National Information Assurance Partnership (NIAP) certification and be identified on the NIAP approved products list. 9. The vendor must provide an integrated data warehouse (Internal Database) solution which will not require the employment or expertise of a Database Administrator. The selected product must not require the use of additional personnel or expertise. 10. The selected product must be able to provide alerts to a designated system address based on proven risk score calculations. The following clauses are hereby incorporated and apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial. Provision 52-212-2, Evaluation-Commercial Items; Quotes shall be evaluated on price. Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Clause 52.212-4, Contract Terms and Conditions -- Commercial Items,. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.209-5--Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters, 52.209-6--Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6-Notice of Total Small Business Set-Aside, 52.222-3-Convict Labor, 52.204-9-Personal Identity Verification of Contractor Personnel. 52.232-33-Payment by Electronic Funds Transfer--Central Contractor Registration, 52.237-3--Continuity of Services, 52.247-34--FOB Destination, 52.222-19-Child Labor-Cooperation with Authorities and Remedies, 52.222-35- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36--Affirmative Action for Workers With Disabilities, 52.222-37-- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003, Electronic Submission of Payment Requests. The offerors quote shall contain the following information: offerors quote number, date, name, address, terms of any warranties, price, any discount terms, best delivery date for FOB destination, and acknowledgement of all RFQ amendments (if applicable). Quote shall also contain all other documentation specified herein. Late offers: Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ once a technical evaluation of offerors quotes has been evaluated to determine technical acceptability. Response Time: Questions are due not later than 4:00 p.m. EST on 23 January 2008 by fax or ;E-mail; date, time and request for quote offers are due 12:00 p.m. Eastern Time on 29 January 2009 to 757-878-2904 or by e-mail to cynthia.watson@us.army.mil. All quotes shall be marked with the Referenced Number, Date and Time. Facsimile and electronic mail quotes will be accepted. Note: All offerors shall be registered in the Central Contractor Registration (CCR) before being considered for award. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=64a24b353b6fbe47ffbc74be135b54ea&tab=core&_cview=1)
 
Place of Performance
Address: Misssion and Installation Contracting Center Building 27946 Fort Eustis VA<br />
Zip Code: 23604-3292<br />
 
Record
SN01738774-W 20090129/090127215800-63b8ffe859575e5992841ab7a0f54d0b (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.