SOLICITATION NOTICE
70 -- Splunk Enterprise Renewals - Sole Make and Model Justification
- Notice Date
- 7/31/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
- ZIP Code
- 02841-1708
- Solicitation Number
- N6660413Q2573
- Archive Date
- 9/9/2013
- Point of Contact
- Christopher J. Kenney, Phone: 4018324828
- E-Mail Address
-
christopher.j.kenney@navy.mil
(christopher.j.kenney@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Make and Model Justification This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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. Request For Quotation (RFQ) number is N66604-13-Q-2573. NUWC Division Newport intends to purchase the below items on a sole make and model basis, no substitutions allowed. (See attached sole make and model justification). Splunk was evaluated by SPAWAR, DISA and DoN. These activities concluded that this product easily and efficiently meets compliance requirements as identified in relevant STIGs. Similar to other DoD/DoN activities, Code 1142 system data is frequently inspected by DISA and other activities. Code 1142 must use the same tool, Splunk, to gather and analyze the data that these organizations use to inspect the data. Items: CLIN 0001 SEU-2GB-P Splunk Enterprise Perpetual License Upgrade, 1GB to 2GB 2 CLIN 0002 ES-GB-P Splunk Enterprise Support (1 Year) 1 CLIN 0003 SEU-5GB-P - SEU-10GB-P Splunk Enterprise Perpetual License Upgrade (2GB to 5GB + 5GB to 10GB) 1 Required delivery is as follows: ALL CLINs - 5 days after receipt of order (ARO) - electronic delivery This procurement is advertised as a 100% small business set aside. NAICS is 511210 Size standard is $35.5m. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Per FAR 39.204(d), an exception to Section 508 applies (Item or service is located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment (back office)). FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items apply. The following addenda or additional terms and conditions apply: none. Offers should include price and delivery terms and the following additional information: none required. Defense Priorities and Allocations System (DPAS) rating: Unrated. Award will be made to the Lowest Price Technically Acceptable Offer from a responsible source. Technical Acceptability means that all items match those offered above in make, model, and quantity and the offeror will meet the Government's delivery terms. While the Government is requesting solely those sole make and model items listed above, all responsible sources may submit a capability statement concerning alternative products by the closing date and time which shall be considered by the agency. For information on this acquisition contact Christopher J. Kenney at 401-832-4828 or christopher.j.kenney@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660413Q2573/listing.html)
- Record
- SN03133167-W 20130802/130801000010-f9ba5d44bebaa84bf7f78427dbcb2fb9 (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 |