SOLICITATION NOTICE
D -- Maintenance for Xacta Security Suite
- Notice Date
- 3/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Office of Naval Research, ONR, CODE ONR-02, 875 North Randolph St., Suite 1425, Arlington, Virginia, 22203-1995
- ZIP Code
- 22203-1995
- Solicitation Number
- N00014-10-R-0003
- Archive Date
- 4/2/2010
- Point of Contact
- Tommy R. Albrecht, Phone: 703-588-0475, Vera M. Carroll, Phone: 703-696-2610
- E-Mail Address
-
tommy.albrecht@navy.mil, vera.carroll@navy.mil
(tommy.albrecht@navy.mil, vera.carroll@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This solicitation constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, N00014-10-R-0003, is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38 and DFAR Change Notice 20091229. The associated North American Industry Classification Systems (NAICS) code is 511210 and the small business size standard is $25.0 million. The mission of the Information Assurance (IA) Manager (Code 06) is to direct, coordinate, plan and organize information security activities throughout the Office of Naval Research (ONR). The IA Manager acts as the focal point for all communications related to information security, both with internal staff and third parties. The IA Manager works with a wide variety of people from different internal organizational units, bringing them together to manifest controls that reflect workable compromises as well as proactive responses to current and future information security risks. The Office of Naval research (ONR) has a requirement for Annual Maintenance for Xacta IA Manager for Small Server - perpetual software license for 25 projects/systems (XIAM-SML-MA) to include unlimited help desk support; Annual Maintenance for Xacta IA Manager Continuous Assessment Upgrade for Small Server - perpetual software license maintenance for 25 projects/systems (XIAM-SML-CAMA) to include unlimited help desk support; and Consulting Services are to include configuration of IA Manager and integration of the IDS servers into the IA Manager suite (estimated 100 hours for the entire effort). The period of performance will be from the date of award through twelve (12) months thereafter. The government would also prefer to include two (2) option periods each twelve (12) months in length if possible. The Government intends to competitively award a Firm Fixed Price (FFP) contract that represents the best value to the Government. Responses to this synopsis/solicitation shall include: (1) technical proposal; (2) cost proposal; (3) Completed Representations and Certifications in accordance with FAR 52.212-3 Offeror Representations and Certifications—Commercial items and DFARs 252.212-7000 Offeror Representations and Certifications—Commercial items, which are available electronically at http://heron.nrl.navy.mil/contracts/repsandcerts.htm, and the offeror must complete the ONR specific representations and certifications found at http://www.onr.navy.mil/02/rep_cert.asp; and (4) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at website www.ccr.gov. The clauses at 52.212-1, Instructions to offeror-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items, apply to this acquisition. The additional clauses cited within the last clause cited here are applicable: 52.203-6, 52.211-6, 52.212-2, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52-222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42, 52.222-44, 52.222-50, 52.225-13, and 52.232-33. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following DFARs provisions and clauses apply to this solicitation: 252.204-7004, 252.212-7001, 252.225-7001, and 252.232.7010. In order to determine which offeror represents the best overall value, offerors will be evaluated in accordance with the following evaluation criteria: (1) Technical and (2) Price/Costs Information for the technical portion shall be separate from the from the cost proposal. Technical and price/costs are of equal importance. However, the Government reserves the right to award to the responsible offeror whose offer represents the best value to the Government. Questions should be emailed to Contract Specialist Tommy R. Albrecht at tommy.albrecht@navy.mil. Proposals must be submitted no later than 2:00 PM Eastern Standard Time (EST) on Thursday, 18 March 2010. The Contract Specialist must receive any questions concerning the RFQ no later than three (3) business days before the response date of this solicitation. The proposal package should be marked with the solicitation number, due date, and Attention: Mr. Tommy R. Albrecht. The mailing address to which proposals shall be sent is to the Office of Naval Research, 875 North Randolph Street, Suite W1278B, Arlington, VA 22203. The U.S. postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages destine to government agencies. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to mail, such as delivery services, when submitting proposals. Offerors may also hand-deliver their proposals at the mailing address above, provided they pre-arrange a time and date prior to the closing of the solicitation with the Contract Specialist, Tommy R. Albrecht at (703) 588-0475. No emailed or faxed proposals will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/ONR/N00014-10-R-0003/listing.html)
- Record
- SN02080403-W 20100304/100302234926-51b036b7bc4f277f6749e2614bfe8a04 (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 |