Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2012 FBO #3875
SOLICITATION NOTICE

D -- Commercial Computer Based Anti-Phishing Security Awareness Training Module Licenses - Package #1

Notice Date
7/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
 
ZIP Code
20852-2738
 
Solicitation Number
NRC-HQ-12-R-43-0158
 
Point of Contact
Mark S. Lohrmann, Phone: 410-370-8258
 
E-Mail Address
Mark.Lohrmann@NRC.GOV
(Mark.Lohrmann@NRC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work: Commercial Computer Based Anti-Phishing Security Awareness Training Module Licenses The U.S. Nuclear Regulatory Commission (NRC) requires to purchase Computer based Anti-Phishing Computer Security Training Module Licenses. The period of performance for this proposed acquisition is 12 months from date of purchase with four one year options. The Nuclear Regulatory Commission requires the items as defined in the attached Statement of Work (SOW). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 13.106-1a and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is NRC-HQ-12-R-43-0158 and is issued as an Request for Quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $25M. This requirement is restricted as a total small business set-aside and only qualified small business offerors may submit quotations. The solicitation will start on the date this solicitation is posted and will end on 2012-07-12; 01:00 PM Eastern Time. FOB Destination shall be Rockville, MD 20852 ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by Friday, 7/06/2012; 01:00 PM Eastern Time. Questions not received by this above question deadline may not be considered.*** Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror shall direct all questions relating to this solicitation only to the NRC Contract Specialist. All items must be covered by the manufacturer's warranty. All resellers must be "authorized" resellers of the products list. The Government will only consider open market quotations. Quotations from Federal Supply Schedule contracts or GWAC contracts will not be considered. Quotes MUST be good for 30 calendar days after close of Buy. Offers shall attach the license agreement with their bids. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. (b) Submission of quotations. Submit quotations according to the instructions in the solicitation before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery. As a minimum, quotations should show: (1) The solicitation number; (2) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (3) If license agreement(s) apply, provide a copy of the applicable license agreement(s);(4) Documentation that shows how the offered products comply with Section 508 standards that are included elsewhere in this solicitation (if applicable);(5) If the offeror is a reseller/business partner and is offering product(s) that their company does not manufacture, the offeror should provide evidence that the offeror is authorized by the original equipment manufacturer to sell the products or services being offered.(6) A copy of the terms of any express warranty being offered for the offered products; (7) FOB Destination-based firm-fixed-price and any discount terms. The pricing structure in the quotation may differ from the pricing structure in the solicitation as long as all specifications and other requirements are met;(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments (if any); (10) include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of quotations. The offeror agrees to hold the prices in its quotation firm for at least 30 calendar days from the date and time that this RFQ closes. 1194.21 Software applications and operating systems. The Government intends to award a purchase order to the responsible offeror whose technically acceptable quotation is deemed to represent the best value to the Government, price and other factors considered. The following factors will be used to evaluate quotation: 1. Extent to which quoted solution complies with minimum solicitation requirements; 2. Extent to which quoted solution complies with Section 508 standards included in this solicitation; 3. Corporate Experience Past Performance - The Offeror shall list at least two (2) current/previous support contracts within the last 5 years of the same or similar nature to the Statement of Work (SOW) showing a high level of performance and customer satisfaction. It is incumbent upon the Offeror to provide information which is accurate. Please provide current points of contact and current telephone numbers. The Government may, but is not required to, contact any or all the referenced points of contact provided on the list of contacts. Offerors will be provided the opportunity to provide written rebuttal for any negative information received. This rebuttal information will be taken into consideration in evaluating quotes, and 4. Price. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: The following Federal Acquisition Regulation (FAR) (www.acquisition.gov/far) provisions and clauses apply to this solicitation: 52.212-1, 52.212-3, 52.212-4, and 52.212-5, including the following fill-ins in paragraph (b): (to be completed by the Contract Specialist in the purchase order award) The following FAR clauses will apply to the resultant purchase order: 52.212-4; 52.212-5, including the following fill-ins in paragraph (b): (to be completed by the Contract Specialist in the purchase order award); and any license agreement(s) that were submitted with the quotation. License agreements would become an Addendum to the purchase order, as set forth in clause 52.212-4(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/NRC-HQ-12-R-43-0158/listing.html)
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission, 11545 Rockville Pike, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN02791764-W 20120704/120702234721-3fed9252bf2e8195815960eb9b754797 (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.