Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

70 -- Software Maintenance

Notice Date
8/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUJ00200AC04
 
Archive Date
9/15/2010
 
Point of Contact
Leyla L. Campbell, Phone: 813-828-4018, Alyson Gowin, Phone: 813-828-0486
 
E-Mail Address
leyla.campbell@macdill.af.mil, alyson.gowin@macdill.af.mil
(leyla.campbell@macdill.af.mil, alyson.gowin@macdill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial product 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is F2VUJ00200AC04. This acquisition is UNRESTRICTED. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Blue Coat Web Filter and Maintenance. DESCRIPTION OF REQUIREMENT CLIN 0001 Standard Support to complete forward and reverse proxy 1 Each CLIN 0002 Software, Blue Coat WebFilter, 2500-4999 users 4000 Each CLIN 0003 Service, Blue Coat WebFilter, 2500-4999 users 4000 Each CLIN 0004 Blue Coat, Software Reporter Enterprise Edition, Reporter EE 1 Each CLIN 0005 Standard Support, 24X7, L1-L3 Software Only,Reporter EE 1 Each The period of performance for all CLINS shall be 25 Sep 2010 - 31 Jul 2011. Please provide a BRAND NAME OR EQUAL quote. If an or equal quote is submitted, the proposal will be sent to the technical advisor for compatibility verification. The following salient characteristics are required: Web traffic filter that protects user productivity, blocks malware downloads and Web threats, and enables compliance. The Web filter must be able to be continuously updated to protect against the latest threats and hidden malware. The filtering must combine URL filtering and anti-malware technologies together into a collaborative cloud defense architecture. The filter must: - Work in real time. - Block malware, Web threats, fake software updates, fake antivirus offers, phishing offers and botnets or keyloggers calling home. - Block Web threats using DLA inspection, allowing users access to popular Web sites and avoiding over blocking. - Provide Web 2.0 filtering for mashed-up or customized web portals, blocking panels and dynamic content per policy settings. - Integrate with Google malware feeds and other third party ratings for Web threats, phishing, scamware and content ratings. - Provide custom filtering policies to allow/deny URLs and categories. - Provide a URL filtering solution to provide a real-time Web content rating service. - Be 100% user driven for Web content rating inputs from a broad and diverse user community without the need for Web crawlers or artificial analysis. - Quickly learns user Web habits with real-time feedback for relevance in new ratings. - Analyze objectionable content, within image searches, cached content, and translation services for accurate ratings and compliance with its real-time rating service. - Provide reputation ratings so policy controls can opt for inline threat analysis, or blocking downloads such as drive-by installers and executables from these sites. - Provide controls for user-agents and invalid SSL session controls. - Provide immediate cloud analysis of new Web links using proactive machine analysis, a bank of anti-malware engines, Web correlations, human raters, active script analysis, and sandboxing. - Define the next generation of URL filtering for Web 2.0 content and dynamic links. Licensing for the solution must include 24/7 maintenance support to allow troubleshooting of problems or assistance with filter configuration. In addition, the reseller must be an authorized partner for Blue Coat products. NOTE: The following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C.794d). 1. Software applications and operating systems 2. Web-Based internet and internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective 1 August 2010, DFAR DCN 200100816 and AFFAR AFAC 2010-0402. The North American Industry Classification System code (NAICS) is 423430, Computer and Computer Peripheral Equipment and Software Merchant Wholesalers. The Standard Industrial Classification (SIC) is 5045. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: The software is to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-28, Small Business Representations, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications; 252.204-7004 (Alt 1), Required Central Contractor Registration; 252.232-7010, Levies on Contract Payments. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (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 or 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 ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, 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/ACQ, 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), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 31 Aug 2010 by 2:00 PM EST. Submit offers or any questions to the attention of Leyla Campbell, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to leyla.campbell@macdill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJ00200AC04/listing.html)
 
Place of Performance
Address: MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02242114-W 20100818/100816235205-2f4965969c4861ebd24fa99b08531fbb (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.