Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
MODIFICATION

D -- HEWLETT-PACKARD FORTIFY SOFTWARE

Notice Date
7/14/2015
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACC-APG - Aberdeen Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W56JSR-15-R-0043
 
Response Due
7/21/2015
 
Archive Date
9/12/2015
 
Point of Contact
Steven Chesley, 443-861-5043
 
E-Mail Address
ACC-APG - Aberdeen Division E
(steven.chesley1.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. 2 July 2015 SUBJECT: Solicitation No.: W56JSR-15-R-0043; Request for Quotes (RFQ) This is a COMBINED SYNOPSIS/SOLICITATION for HP FORTIFY BRAND NAME COMMERCIAL SOFTWARE LICENSES / MAINTENANCE AGREEMENTS prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6 and Subpart 5.207, as supplemented with additional information included in this notice, this announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns only. 1. This combined synopsis/solicitation, W56JSR-15-R-0043, is issued as a Request for Quotes (RFQ). These requirements will result in Firm Fixed Price (FFP) type contracts for Commercial Off- the-Shelf (COTS) software licenses and software maintenance/support agreements. 2. This combined synopsis/solicitation will be continuously amended through the end of federal fiscal year 2015 (30 Sept. 2015). New requirements will be added as they arise. Requirements will be removed from this combined synopsis/solicitation for award after a sufficient quantity of technically acceptable price quotes for competition have been received. Each addition or removal of requirements will prompt a new amended version of the combined synopsis/solicitation posted to FedBizOpps. 3. The government reserves the right to make one award or multiple awards (separating the numbered requirements below) based on the results of the price evaluation of the technically acceptable companies that respond to the solicitation. The numbered requirements below (Section 7) are each intended for award to a single Offeror. Award of each requirement will be made to the Lowest Priced Technically Acceptable (LPTA) submitted price quote. An Offeror may receive award for each requirement that it submitted the LPTA price quote, but only for those requirements where its price quote was the LPTA submission. The Government reserves the right to make no award if the requirement is cancelled, there are insufficient funds, or the contracting officer cannot determine the quoted prices to be fair and reasonable. 4. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular effective 8 June 2015. 5. In the event that reasonable and acceptable quotes are received from two or more businesses meeting the Small Business size standard for the North American Industry Classification System (NAICS) Code declared for a requirement, that requirement may be set-aside for award to small business. In accordance with FAR 19.1405(b), if two or more reasonable and acceptable quotes are received from Service Disabled Veteran Owned Small Businesses (SDVOSB), that requirement will be set-aside for award to a SDVOSB. Award will be made for that particular requirement to the responsible small business whose price quote is determined technically acceptable and provides the lowest price. In accordance with FAR 19.1307, in full and open competitions a price evaluation preference of 10% will be assessed for HUBZone small businesses. The Government reserves the right to apply any applicable socio-economic small business set aside or sole source option based upon industry responses that are deemed fully responsive and fully technically competent. Otherwise, award will be made to the Offeror whose quote is deemed the lowest priced technically acceptable offer. 6. REQUIREMENTS DESCRIPTIONS/ QUANTITIES/ DELIVERY DATES The U.S. Army, an agency of the Government, intends to procure the following (1) requirement(s) for (COTS) Software Licensing/Maintenance Support Renewal Agreements. Attached are the details for each Agreement: Requirement #1: Hewlett Packard Fortify Build to Order, Fortify SecurityScope and WebInspect, New Software Licenses and Software Maintenance/Support (NAICS 541519) 7. INSPECTION AND ACCEPTANCE shall be at Destination. Shipment will be FOB Destination. 8. LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) STANDARDS/TERMS FOR AWARD FAR 52.212-1, Instructions to Offerors (Jul 2013) All Offerors shall provide their business size/status, cage code, duns number, and point of contact information in their submission. Offerors will state upon their submitted price quote the period for which it remains valid. Offerors may submit price quotes for any or all requirements on the current copy of this combined synopsis/solicitation. Price quotes submitted for any requirement shall be complete, conforming to the identified item/service, quantity, and period of performance. Price_ Offerors shall provide their price quote including any proposed discount prices/terms that apply. Technical_ Offerors shall provide evidence that the Offeror is an authorized distributor/reseller of the software license or support agreement specified in the solicitation. Evidence may be a signed letter from the present owner of the software, an email from the owner of the software, identification of authorized distributors/resellers on the software owner's website, etc. Offerors shall provide evidence that they intend to meet the terms and conditions set forth in the software licenses and/or software maintenance support agreements attached herein. Offerors have current registration in the System for Award Management website (http://sam.gov). Offerors are not on the list of contractors Debarred, Suspended, or Proposed for Debarment. Offerors do not have any delinquent federal debt. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999). The following factors will be used to evaluate offers in accordance with FAR 52.212-2 (a) (b) (c); (a) The Government will award a contract on the basis of the lowest evaluated price of price quotes meeting or exceeding the acceptability standards for non-cost factors. Quotes are evaluated for acceptability but not ranked using the non-cost/price factors. (i) Lowest Price - Offeror's quotes will be evaluated on the basis of the lowest total price. (ii) Technical Acceptability - For purposes of this evaluation, the following two standards will constitute technical acceptability: (1)The offeror provides evidence that it is an authorized distributor of the license/s specified by the solicitation. (2)The offeror provides evidence that they are capable of providing the software license/s in accordance with the terms and conditions set forth in the solicitation. (3) Offerors have current registration in the System for Award Management website (http://sam.gov). Offerors are not on the list of contractors Debarred, Suspended, or Proposed for Debarment. Offerors do not have any delinquent federal debt. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced or if requested options are not priced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 9. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.203-3, Gratuities (APR 1984). FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.204-12, Data Universal Numbering System Number Maintenance (Dec 2012) FAR 52.204-13, System for Award Management Maintenance (Jul 2013). FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Dec 2012). FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jul 2013). FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders. Commercial Items (Jan 2013). FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006). FAR 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013). FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012). FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Aug 2013) FAR 52.219-6, Notice of Total Small Business Set-Aside Alternate I (Nov 2011). FAR 52.219-8, Utilization of Small Business Concerns (Jul 2013). FAR 52.219-9, Small Business Subcontracting Plan (Jul 2013), Alternate II FAR 52.219-14, Limitations on Subcontracting (Nov 2011). FAR 52.219-16, Liquidated Damages - Subcontracting Plan (Jan 1999) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013). FAR 52.222-3, Convict Labor (June 2003). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26, Equal Opportunity (Mar 2007). FAR 52.222-35, Equal Opportunity for Veterans (Sep 2010). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010). FAR 52.222-37, Employment Reports on Veterans (Sep 2010). FAR 52.222-50, Combating Trafficking in Persons (Feb 2009). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013 FAR 52.239-1, Privacy or Security Safeguards (Aug 1996). FAR 52.233-3, Protest After Award (Aug 1996). FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013). FAR 52.227-01, Authorization and Consent (Dec 2007). FAR 52.227-02, Notice and Assistance Regarding Patent and Copyright Infringement (Dec 2007). FAR 52.227-03, Patent Indemnity (Apr 1984). FAR 52.227-06, Royalty Information (Apr 1984). FAR 52.227-09, Refund of Royalties (Apr 1984). DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011). DFARS 252.203-7003, Agency Office of the Inspector General (Dec 2012). DFARS 252.204-7004, Alternate A, System for Award Management (May 2013). DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991). DFARS 252.216-7006, Ordering (May 2011). DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (Aug 2012). DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). DFARS 252.227-7015, Technical Data-Commercial Items (Jun 2013). DFARS 252.227-7016, Rights In Bid or Proposal Information (Jan 2011). DFARS 252.227-7017, Identification and Assertion of Use, Release or Disclosure Restrictions (Jan 2011). DFARS 252.227-7025, Limitation on The Use or Disclosure of Government - Furnished Information Marked with Restrictive Legends (May 2013). DFARS 252.227-7027, Deferred Ordering of Technical Data or Computer Software (Apr 1988). DFARS 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government (Jun 1995). DFARS 252.227-7037, Validation of Restricted Markings on Technical Data (Jun 2013). DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). DFARS 252.232-7006, Wide Area Workflow Payment Instructions 10. QUOTE SUBMISSIONS The offeror must be registered in the System For Award Management (SAM) database prior to award. If the offeror is not registered in the SAM, it may do so through the SAM website at https://www.sam.gov. The offerors shall submit their quote via email to the Contracting Officer/Contract Specialist by 10:00am - EDT-U.S. on 21 July 2014. Contact Information: Contracting Officer Vaishali Maisuria (443)861-4864 or vaishali.s.maisuria.civ@mail.mil and Steven Chesley (443)861-5043 or steven.chesley1.ctr@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c3c71546eed73bab6f08ab56387fbc07)
 
Place of Performance
Address: ACC-APG - Aberdeen Division E 6001 COMBAT DRIVE, Aberdeen Proving Ground MD
Zip Code: 21005-1846
 
Record
SN03796720-W 20150716/150714235908-c3c71546eed73bab6f08ab56387fbc07 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.