SOLICITATION NOTICE
D -- FireMon Licenses
- Notice Date
- 7/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-12-Q-0106
- Archive Date
- 11/30/2012
- Point of Contact
- Alan M Noble, Phone: 717-770-4192
- E-Mail Address
-
Alan.Noble@dla.mil
(Alan.Noble@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Acquisitions of Commercial Items and FAR 13 - Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation SP3300-12-Q-0106 is being issued as a Request for Quote (RFQ). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-60 effective 26 Jul 2012, Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120724 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-43. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is unrestricted to business size. For informational purposes only, the associated North American Industry Classification System (NAICS) code is 511210 with a small business size standard of $25,000,000.00. This is a brand name acquisition for FireMon licenses with support services. Brand Name Justification: DLA Distribution Acquisitions (J7-AB) has a requirement to procure additional brand name FireMon licenses for DLA Information Operations located at New Cumberland, PA. DLA Information Operations located at New Cumberland, PA currently has the FireMon firewall tool with sixty (60) single-server licenses. The FireMon firewall tool allows DLA Information Operations at New Cumberland, PA to clean-up the firewall rule base, track firewall activity, and create batch firewall reports. The FireMon firewall tool requires a license for each firewall in order to utilize the security tool. DLA Information Operations at New Cumberland, PA require an additional forty (40) FireMon SPFM-SMLO licenses with annual support; part number SIL-SPFM-SMLO, in order to meet the increase in firewalls. Any other brand firewall licenses would require the Government to procure a new firewall tool, new licenses, perform new software programming, reconfiguration of the network, and additional training. The costs would outweigh the cost of procuring additional software licenses from authorized FireMon resellers. Restrictions of sources for this acquisition is justified in accordance with FAR 13.106(b)(1), soliciting from a single source - brand name. Any other brand firewall licenses would require the Government to procure a new firewall tool, new licenses, perform new software programming, reconfiguration of the network, and additional training. The costs would outweigh the cost of procuring additional software licenses from authorized FireMon resellers. Only FireMon licenses would meet the agency needs. CLINs: Description: Brand Name FireMon license: SPFM-SMLO License required to monitor any system utilizing a supported security application. Includes OSM license F.O.B. Destination: New Cumberland, PA. CLIN 0001: SPFM-SMLO Quantity: 40 EA at Unit Price: $________; Extended Price $____________ Description: Brand Name FireMon Support: SIL-SPFMSMLO Silver Support for FireMon SMLO: Includes software updates and business hours phone and email support for one (1) year. Support services from Monday - Friday, 7:00 AM to 7:00 PM, US Central Time. Place of performance: DLA Information Operations at New Cumberland, PA CLIN 0002: SIL-SPFM-SMLO Quantity: 40 EA at Unit Price: $_________; Extended Price $______________ Total for all CLINS: $_____________________ Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The preferred method of payment for this acquisition is through the Government Purchase Card (GPC), but is not required to be eligible for award. If a GPC is an acceptable method of payment without charging the Government additional fees or service charges, then the offeror shall state on their quote that "The GPC is acceptable without charging the Government additional fees or service charges". Otherwise the method of payment will be through Defense Finance and Accounting Service (DFAS). The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. Only authorized FireMon distributors and resellers may quote on this RFQ. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) All CLINs Priced (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (5) Signed acknowledgements of amendments (applicable only if any amendments issued against this solicitation) FAR 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations-Representation FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification DLAD 52.233-9000 AGENCY PROTESTS Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) EVALUATION The Government intends to issue one firm-fixed priced contract on an all or none basis to the lowest priced authorized FireMon offeror. Contractors are required to include a copy of the FAR provision 52.212-3 and 52.212-13 Alternate I-Offeror Representations with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. ACCESSIBILITY OF E&IT PRODUCTS TO PEOPLE WITH DISABILITIES (SECTION 508 OF THE REHABILITATION ACT) Unless otherwise specified, all products (supplies or services) furnished under this contract shall comply with the applicable Electronic and Information Technology (E&IT) Accessibility Standards at 36 CFR part 1194. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. Instruction for payment by Government purchase card applies if the offeror accepts Government Purchase Card as a form of payment. INSTRUCTION FOR PAYMENT BY GOVERNMENT PURCHASE CARD This contract/order will be paid by Government purchase card. Invoices for supply/services contracts shall be submitted at time goods are shipped or after services performed. Invoices shall be submitted to: DLA Distribution 2001 Mission Dr, J-Ave, Bldg 404 Attn: Alan Noble (J7-AB) New Cumberland, PA 17070 At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by". Instruction for payment by DFAS instructions applies if the offeror does not accept Government Purchase Cards as a form of invoice payment. INSTRUCTION FOR PAYMENT BY DFAS This contract/order will be paid by DFAS. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) with corresponding BOSS document numbers - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Invoices shall be emailed, faxed mailed to the Contract Specialist: Contract Specialist: Alan M. Noble E-Mail: Alan.Noble@dla.mil Fax: 717-770-7591 Address: DLA Distribution 2001 Mission Drive J-Ave, Building 404 Attn: Alan Noble New Cumberland, PA 17070 In accordance with the Prompt Payment Act (FAR 52.232-25), payment will normally be made within thirty (30) days after receipt of proper invoice or acceptance of supplies/services, whichever is later. All inquiries regarding payments shall be directed to: Defense Finance and Accounting Services BSM P.O. Box 369016 Columbus, OH 43236-9031 email: DFAS-CO_LC@dfas.mil Phone: 800-756-4571 - select option 2 and then option 2. Check payment status on the web at www.dod.mil/dfas under "Money Matters." SUBMISSION OF SERVICE/DELIVERY SLIPS Service verification slips must be delivered to the Technical POC/Contracting Officer's Representative (COR) following each on-site visit. Verification slips shall include the contract number, person's name who performed the service, date of time of performance, duration of service, and the tasks performed. All verification slips must be signed by an authorized person for whom the service was performed. Failure to comply will result in a delay in payment. FAR 52.204-7 Central Contractor Registration DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.204-7008 Export-Controlled Items DFARS 252.225-7031 Secondary Arab Boycott of Israel DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DLAD 52.215-9023 Reverse Auction DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) DLAD 52.204-9002 SOLICITATION PROVISIONS AND CONTRACT CLAUSES STATEMENT Full text of all Defense Logistics Acquisition Directive (DLAD) clauses listed within this individual solicitation are contained in the Part 52 - Solicitation Provisions and Contract Clauses, current version found at http://www.dla.mil/Acquisition. Also, the full text of Federal Acquisition Regulation (FAR)/Defense Federal Acquisition Regulation Supplement (DFARS) clauses incorporated by reference may be accessed. (End of Clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items in paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-36, Payment by Third Party DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III All questions and inquiries should be addressed via email to Alan.Noble@dla.mil, Request for Quote Number SP3300-12-Q-0106. Pricing and representations/certifications are required NLT 4:00 PM EDT ON 20 AUGUST 2012. This information should be submitted to above email address or faxed to 717-770-7591. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-0106/listing.html)
- Record
- SN02819768-W 20120801/120730235353-ff99237da7044c6af0cea9a5b20662a4 (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 |