Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SOLICITATION NOTICE

D -- Sniffer Hardware & Software Maintenance - RFQ Attachments

Notice Date
4/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-10-Q-0095
 
Archive Date
5/4/2011
 
Point of Contact
Tracy A Birch, Phone: 717-770-6613, Meg M Ross, Phone: 717 770-6611
 
E-Mail Address
tracy.birch@dla.mil, margaret.ross@dla.mil
(tracy.birch@dla.mil, margaret.ross@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 Performance Risk Assessment Questionnaire Attachment 2 Evaluation Factors Attachment 1 Statement of Work (SOW) and Attachment (A) Bill of Material Schedule of Supplies/Services - Contract Line Item Numbers (CLINs) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with FAR Subpart 13.5, Test Program for Certain Commercial Items, 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 solicitation is issued as a Request for Quote (RFQ), Solicitation Number SP3300-10-Q-0095. The Defense Distribution Center (DDC) has a requirement for Sniffer Hardware and Software Maintenance for the Defense Distribution Center Headquarters, New Cumberland, PA (DDC HQ), the Defense Distribution Depot Susquehanna, New Cumberland, PA (DDSP), the Defense Distribution Depot San Joaquin, California (DDJC), the Defense Distribution Depot Red River, Texas (DDRT), and the Defense Distribution Depot Norfolk, VA (DDNV). Hardware Maintenance Level Requested: Next Business Day Hardware Support Software Maintenance Level Requested: Software Core Support See the attached schedule of supplies/services for Contract Line Item Number (CLIN) identification. Part Numbers shown in the schedule of supplies/services are NetScout Part Numbers. BRAND NAME JUSTIFICATION In accordance with the FAR 13.501(a)(2) requirement to justify a sole source acquisition being conducted pursuant to the Clinger-Cohen Act test program for commercial items: Restriction of sources for this acquisition is justified in accordance with 10 U.S.C. 2304(c)(1) as NetScout, which acquired Network General in November 2007, is the sole manufacturer of this equipment and the sole certifier, trainer of authorized providers of the required hardware and software maintenance for the Defense Distribution Center’s (DDC’s) existing system. Software applications are protected under the copyright laws. Sniffer equipment is required to expand the current data management functions and there is no other equipment on the market providing the capabilities required by the DDC. NetScout has authorized and trained a limited number of resellers who can provide the requested hardware and software maintenance. The required maintenance is available only among the limited sources certified by NetScout. This acquisition unrestricted among certified resellers of NetScout. The associated NAICS code is 541519, and the associated small business size standard is $25,000,000.00. This notice incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-39 effective 19 March 2010, the Defense Federal Acquisition Regulation Supplement (DFARs) DCN 20100408 edition, and the Defense Logistics Agency Directive (DLAD) current to Revision 5 and PROCLT 2010-02 & (2009-61,62 & 63). The following provisions and clauses are applicable to this acquisition. The applicable clauses will be incorporated into the contract award document: FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERICAL ITEMS, excluding paragraphs (d) product samples, (e) multiple offers, and (h) multiple awards; FAR 52.212-2 EVALUATION – COMMERCIAL ITEMS FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS – COMMERCIAL ITEMS to include FAR 52.203-6 (ALT I), 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-33, 52.239-1, and 52.247-64; DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLETEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS to include FAR 52.203-3, DFARS 252.203-7000, 252.225-7012, 252.226-7001, 252.232-7003, 252.243-7002, and 252.247-7023; DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM). These clauses may be viewed at http://farsite.hill.af.mil/ Additional required clauses other than those listed above may be included as Addenda on the award document. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS with the price quote or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a quote will render an offeror ineligible for award. The evaluation described at FAR 52.212-2 applies to this procurement. The Government intends to award a Firm-Fixed Price contract resulting from this notice on an all or none basis to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The evaluation factors are stated in Attachment 2. Contractors must be capable of accepting electronic fund payments for this procurement. Payment under this contract will be made by DFAS Columbus. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed. All questions and inquiries should be addressed via email to Tracy.Birch@dla.mil, RFQ Number SP3300-10-Q-0059. Prices, technical information, past performance information, and representations/certifications are required NLT 12:00pm eastern time on 4 May 2010. This information should be submitted to the above email address or faxed to (717)770-7591. Failure to submit all of the information requested by the solicitation may result in the offer being eliminated from consideration for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-Q-0095/listing.html)
 
Place of Performance
Address: Sniffer Hardware and Software Maintenance for the Defense Distribution Center Headquarters, New Cumberland, PA (DDC HQ), the Defense Distribution Depot Susquehanna, New Cumberland, PA (DDSP), the Defense Distribution Depot San Joaquin, California (DDJC), the Defense Distribution Depot Red River, Texas (DDRT), and the Defense Distribution Depot Norfolk, VA (DDNV)., United States
 
Record
SN02127154-W 20100422/100420235355-057cdbb0de1d18d0c0e860b17d905935 (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.