SOLICITATION NOTICE
58 -- Maintenance Support for nCipher Hardware Security Modules
- Notice Date
- 11/30/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- N65236-08-R-0022
- Response Due
- 12/7/2007
- Archive Date
- 1/6/2008
- Point of Contact
- Point of Contact - Ronald J Kennedy, Contract Specialist, 843-218-5820; Paula Somers, Contracting Officer, 843-218-5976
- E-Mail Address
-
Email your questions to Contract Specialist
(ronald.kennedy@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, 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. Solicitation number N65236-08-R- 0022 is issued as a request for proposal. The incorporated document, provisions, and clauses are those in effect through Federal Acquisition Circular 05-21 and DFARS Change Notice 20070913. This procurement will be awarded through a competitive process. This procurement is a 100% Small Business Set-Aside. The applicable North American Industry Classification System code is 334119 and the small business size standard is 1,000 employees. SPAWAR Systems Center Charleston has a requirement to procure Platinum maintenance support (SC4439C) for nCipher, Inc. Hardware Security Modules installed at various U.S. Navy locations, both CONUS and OCONUS. The requirement is for a maintenance renewal agreement to support existing security systems. The maintenance support is required for the following nCipher, Inc. Hardware Security Modules: 01-A81146 01-A81149 01-A81150 01-A81160 01-A81169 01-A81175 01-A81182 01-A81186 01-A81196 01-A81209 01-A81210 01-A81214 01-A81216 01-A81218 01-A81222 01-A81223 01-A81244 01-A81245 01-A81247 01-A81320 01-A81374 01-A81360 01-A81443 01-A81309 01-A81319 01-A81470 01-A81483 01-A81445 01-A81461 01-A81462 01-A81463 01-A81494 01-A81451 01-A81492 01-A81493 01-A81474 01-A81482 01-A81469 01-A81495 01-A81479 01-A81484 01-A81427 01-A81448 01-A81491 01-A81496 01-A81420 01-A81433 01-A81478 01-A81485 01-A81454 01-A81464 The maintenance agreement will be for lots of two 12-month periods beginning with the date of contract award. Each lot will provide maintenance coverage for all 51 Hardware Security Modules listed in the table above. Offerors' proposals should be priced as follows: Item NO. Quantity Unit of Issue Unit Price Amount 1 1 Lot (12 months) $ $ 2 1 Lot (12 months) $ $ Total $ The proposal should include F.O.B. Destination shipping terms. Delivery will be to SPAWARSYSCEN North Charleston, SC 29419. A firm fixed price contract is anticipated. The Government will award in accordance with FAR Subpart 13.5 based on conformance to above specifications and lowest price technically acceptable basis. The following provisions and clauses apply to this acquisition: - 52.203-3, Gratuities (Apr 1984) - 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) - 52.212-1, Instructions to Offerors -- Commercial Items (Nov 2007) - 52.212-3, Offeror Representation and Certifications-Commercial Items (Nov 2007) (Offerors must include a completed copy (attached) with offer or certify that this information is in ORCA) - 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2007) (Deviation) - 52.219-6, Notice of Total Small Business Set-Aside (June 2003) - 52.219-14, Limitations on Subcontracting (Dec 1996) - 52.219-28, Post-Award Small Business Program Representation (June 2007) - 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003) - 52.242-15, Stop-Work Order (Aug. 1989) - 52.242-17, Government Delay of Work (Apr 1984) -52.247-34, F.o.b. Destination (Nov 1991) - 52.252-2, Clauses Incorporated by Reference (Feb 1998) - 52.252-6, Authorized Deviations in Clauses (Apr 1984) - 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006) -252.212-7000, Offeror Representations and Certifications-Commercial Items (Jun 2005) (Offerors must include a completed copy (attached) with offer or certify that information is in ORCA) -252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (Apr 2007) - 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005) - 252.232-7003, Electronic Submission of Payment Requests (Mar 2007) - 252.243-7002, Requests for Equitable Adjustment (Mar 1998) - 252.247-7023, Transportation of Supplies by Sea (May 2002) L-349, SUBMISSION OF ELECTRONIC PROPOSALS (MAR 2001) (a) Offerors shall also submit their proposals electronically to SPAWAR under the instructions contained in this provision. Offerors shall submit their signed proposals as either scanned ("TIFF") or "PDF" documents. Electronic copies shall be submitted via the SPAWAR E-Commerce Central (SPAWAR E-CC). Offerors submitting electronic proposals (e-Proposals) shall register in the SPAWAR E-CC and select their own password in order to submit a proposal. Offerors are required to read the "Submitting a Proposal?" web page found in the SPAWAR E-CC. For information about "e-Proposal" submission, please visit the SPAWAR E-CC. The URL for the SPAWAR E-Commerce Central is https://e- commerce.spawar.navy.mil. (b) Each electronic file shall also be clearly marked to show the proposal volume number, solicitation number and offeror's name. E-Proposal files shall not contain classified data. The offeror's e-proposal shall be in accordance with the requirements set forth below: (1) Adobe Acrobat version 4.01 or greater shall be used to create the "PDF" files. (2) The proposal submission files may be compressed (zipped) into one, self- extracting file entitled "PROPOSAL.EXE" using WinZip version 6.3 or greater. (c) Bids and proposals submitted electronically will be considered "late" unless the bidder or offeror completes the entire transmission of the bid or proposal prior to the due date and time for receipt of bids or proposals. This paragraph (c) supplements the submission, modification and withdrawal of bids and proposals coverage in the FAR 52.212-1 "Instructions to Offerors--Commercial Items", FAR 52.214-7 "Late Submissions, Modifications, and Withdrawals of Bids", FAR 52.214-23 "Late Submissions, Modifications, Revisions, and Withdrawals of Technical Proposals under Two-Step Sealed Bidding", or the FAR 52.215-1 "Instructions to Offerors--Competitive Acquisition" provision contained in the solicitation. Reference clauses may be accessed electronically at: http://farsite.hill.af.mil, www.arnet.gov.mil Responses to this Request for Proposals are due no later than 1200 (EST) on 7 Dec 2007. Questions concerning this combined synopsis/solicitation must be submitted electronically via email: ronald.kennedy@navy.mil, or call Ron Kennedy at 843- 218-5820.
- Web Link
-
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=1038ED9A9EC6D9C6882573A30058454C&editflag=0)
- Record
- SN01461420-W 20071202/071201075156 (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 |