SOLICITATION NOTICE
L -- Software Professional Service
- Notice Date
- 7/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- 158 FW/MSC, 45 NCO Drive, Suite A, South Burlington, VT 05403-5867
- ZIP Code
- 05403-5867
- Solicitation Number
- W912LN-11-T-0009
- Response Due
- 8/4/2011
- Archive Date
- 10/3/2011
- Point of Contact
- Brian Dusablon, 802-660-5361
- E-Mail Address
-
158 FW/MSC
(brian.dusablon@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- 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. Solicitation W912LN-11-T-0009 is hereby issued as a Request For Quote (RFQ). The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-46. This RFQ is set aside 100% for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 541512 with a business size standard of $18.0. Firm Fixed Price Quotes are being solicited for the following: Splunk is a type of software that correlates all types of machine data, for example: server, web, database, firewall, anti-virus, intrusion detection system (IDS), operating system data and indexes the data, sort of like Google search, and then applies filters and other data driven searches to allow an IT analysis the ability to monitor, troubleshoot and diagnosis events within network. Splunk has the ability to perform real time monitoring, alerting and correlation unlike a typical system log server (aka syslog server). This software will decrease the manpower needed to monitor all other applications by allowing the technician to work from one tool but monitor all the data. Splunk Professional Services to stage Enterprise Security Suite Deploy product into our environment 10 days on-site configuration to include base product and Enterprise Security Suite. Splunk Security software to provide data collection that correlates machine data from multiple inputs. Software will provide 1 GB/day index for real time data collection, Software must include an Enterprise Security Suite application to provide situational awareness for mission essentials applications and devices for our advanced distributed learning environment (ADL). Splunk Enterprise Support (1 year).. Quotes must include all expenses to include travel, labor and other miscellaneous expenses. Place of performance will be the 229 IOS Northfield VT 05663. The following FAR and DFARS provisions and clauses apply to this acquisition. The full text versions may be accessed electronically at http://farsite.hill.af.mil. FAR 52.204-7 Central Contractor Registration; FAR 52.212-1, Instructions to Offerors - 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, along with the following clauses in paragraph (b) will apply: FAR 52.209-6, FAR 52.219-6, FAR 52.219-28, FAR 52.222-3 Alt I, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-1, FAR 52.225-3, FAR 52.232-33, FAR 52.222-41, FAR 52.222-42; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, along with the following clauses in paragraph (b) will apply: 252.204-7004 Alt A, 252.212-7001, 252.225-7001, 252-232-7003, 252.247-7023 Alt III. Quotes are due no later than 4 August, 2011, 3:00 p.m. Eastern Standard Time. All offers received prior to closing date and time shall be considered. The point of contact is SMSGT Brian Dusablon 802-660-5361. Quotes must be signed by the person authorized to encumber the company. Quote must include company's CAGE CODE as proof of active registration with the Central Contractor Registration http://www.ccr.gov/. Quote must include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications, or a statement that offeror has completed the provision electronically at the ORCA website http://orca.bpn.gov. In addition to the above listed items, each offeror must provide all required NON-PRICING responses (e.g. payment discount terms, delivery terms, technical proposal, etc.). Quotes may be emailed to brian.dusablon@ang.af.mil or faxed to 802-660-5354. No other method of quote submission is acceptable. The Government will award a contract resulting for this RFQ to the responsible offeror whose offer represents the Lowest Price Technically Acceptable to the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA43-1/W912LN-11-T-0009/listing.html)
- Place of Performance
- Address: 158 FW/MSC 45 NCO Drive, Suite A, South Burlington VT
- Zip Code: 05403-5867
- Zip Code: 05403-5867
- Record
- SN02506870-W 20110723/110721235816-8440ae99963df5ee38e60acad1c879ae (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 |