SOLICITATION NOTICE
70 -- Palo Alto Products - Sole Make and Model Justification
- Notice Date
- 12/15/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-17-Q-0486
- Archive Date
- 1/13/2017
- Point of Contact
- Stephanie A. Smyth, Phone: 4018326964
- E-Mail Address
-
stephanie.a.smyth@navy.mil
(stephanie.a.smyth@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Make and Model Justification PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is N66604-17-Q-0486. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has a Firm Fixed Price requirement for the following sole make and model, no substitution items: Offeror must quote on Base year and both Option years to be considered. Item Part Number Description Qty Base Year CLIN 0001 PAN-PA-3060-TP-HA2 Threat prevention subscription for device in an HA pair year 1, PA-3060 4 CLIN 0002 PAN-PA-3060-URL4-HA2 PANDB URL Filtering subscription for device in an HA pair year 1, PA-3060 2 CLIN 0003 PAN-PA-3060-WF-HA2 WildFire subscription for device in an HA pair year 1, PA-3060 2 Option 1 CLIN 0004 PAN-PA-3060-TP-HA2 Threat prevention subscription for device in an HA pair year 1, PA-3060 4 CLIN 0005 PAN-PA-3060-URL4-HA2 PANDB URL Filtering subscription for device in an HA pair year 1, PA-3060 2 CLIN 0006 PAN-PA-3060-WF-HA2 WildFire subscription for device in an HA pair year 1, PA-3060 2 Option 2 CLIN 0007 PAN-PA-3060-TP-HA2 Threat prevention subscription for device in an HA pair year 1, PA-3060 4 CLIN 0008 PAN-PA-3060-URL4-HA2 PANDB URL Filtering subscription for device in an HA pair year 1, PA-3060 2 CLIN 0009 PAN-PA-3060-WF-HA2 WildFire subscription for device in an HA pair year 1, PA-3060 2 NUWCDIVNPT intends to purchase these items on a sole make and model basis (no substitutions allowed), please see Attachment #1 Sole Make and Model Justification. The basis for the sole make and model is that Palo Alto is the only firewall to achieve a 100% block rate for all live "drive-by" exploits in NSS Labs' 2015 Next Generation Intrusion Prevention System test. This procurement is unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 541519; the Small Business Size Standard is $27.5M. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005- 92. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses FAR 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, 52.217-7, Options for Increased Quantity-Separately Priced Line Item, and DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information and 252.204-7012, Safeguarding Covered Defense information and Cyber Incident Reporting apply to this solicitation. The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. The required period of performance is from one year from the date of the award and two, one year options to renew the yearly subscription, F.O.B. Destination is Newport, RI 02841. Payment will be made via Wide Area Work Flow (WAWF). This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. The Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information within PPIRS may render a quote being deemed technically unacceptable. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award. The quotes may be submitted through FBO and must be received on or before Thursday, 29 DEC 2016, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Stephanie Smyth at stephanie.a.smyth@navy.mil or 401-832-6964.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-0486/listing.html)
- Record
- SN04352773-W 20161217/161215234419-259beae1f91ebab4866f7f85b49901f3 (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 |