Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
SOLICITATION NOTICE

70 -- SharePoint Analytics and Security Monitoring Software

Notice Date
9/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
MICC - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF4-13-T-0083
 
Response Due
9/17/2013
 
Archive Date
11/11/2013
 
Point of Contact
Cheryl Huettel, 913-684-1897
 
E-Mail Address
MICC - Fort Leavenworth
(cheryl.l.huettel.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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. Intent to Sole Source The U.S. Army, Fort Leavenworth, Kansas, intends to negotiate a sole-source purchase order with Intlock for annual maintenance and support of Intlock's Cardio Logic Web Analytics and Security Monitoring software to utilized at Fort Leavenworth. The system is used to support the Combined Arms Center SharePoint Business Portals. This is a sole source procurement under Acquisition of Commercial Items (FAR 12), and Other Than Full and Open Competition (FAR 6.302-1). THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES, however; any firm that believes it can meet the requirements may give written notification to the Contracting Office by 16:00 p.m. Central Time on 17 September 2013. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirements listed above. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion for the Government. If no responses are received, the Government will proceed with the sole source negotiation. Responses are due 17 September 2013 16:00 p.m. Central Time. Responses shall be submitted via e-mail to cheryl.l.huettel.civ@mail.mil. Telephone requests or inquiries will not be accepted. The solicitation number is W91QF4-13-T-0083 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. This is intended as a Sole Source Award so there is no Applicable Set Aside. Contract Line Item Numbers (CLIN) are as Follows: CLIN 0001- SharePoint Analytics and Security Monitoring Software. Quantity: 1 each CLIN 0002- Base Year Support and Maintenance. Quantity: 1 year period of performance CLIN 0003- Option Year 1 - Annual Support and Maintenance. Quantity: 1 year period of performance CLIN 0004- Option Year 2 - Annual Support and Maintenance. Quantity: 1 year period of performance CLIN 0005- Option Year 3 - Annual Support and Maintenance. Quantity: 1 year period of performance CLIN 0006- Option Year 4 - Annual Support and Maintenance. Quantity: 1 year period of performance Requirement Description: SharePoint Analytics and security monitoring software Software must have the... Ability to seamlessly plug into native SharePoint with no special coding or application development required. Simple deployment. Ability to track individual user actions in SharePoint to monitor and detect malicious activities. Server side tracking agent which monitors user activities such as document views, updates or deletions. Intuitive user interface requiring minimal training and instruction during implementation and end user manipulation of reports. Integration with SharePoint hierarchy, metadata, actions, and user Active Directory profiles. Capability of externalization of SharePoint usage reports through SharePoint web-parts that plug into native SharePoint 20 I 0 requiring no special coding. This is is key to moving the CAC SharePoint Portal into the DISA cloud as anything not native SharePoint will not be allowed. Program is installed as a separate program and not integrated into SharePoint as an add-on or special application layer. This reduces the risk of SharePoint incompatibilities and instability. Integration of data from outside sources. This capability should be based on the actual logical structure of the SharePoint site and not a template solution. Software side SDK that allows visitor properties to be automatically imported from external sources to be used for segmenting and grouping of report data. Voice of the customer capability. Short survey capability built into the Analytic software to receive first hand end user comments on changes and application development. DELIVERY INFORMATION: CLIN 0001 DELIVERY DATE: 30-SEP-2013 SHIP TO ADDRESS: CAC LVCAC HULL LESLIE N. 415 SHERMAN AVE FORT LEAVENWORTH KS 66027 913-684-5315 FOB: Destination 0002 POP 30-SEP-2013 TO 29-SEP-2014(SAME AS PREVIOUS LOCATION) FOB: Destination 0003 POP 30-SEP-2014 TO 29-SEP-2015(SAME AS PREVIOUS LOCATION) FOB: Destination 0004 POP 30-SEP-2015 TO 29-SEP-2016(SAME AS PREVIOUS LOCATION) FOB: Destination 0005POP 30-SEP-2016 TO 29-SEP-2017(SAME AS PREVIOUS LOCATION) FOB: Destination 0006 POP 30-SEP-2017 TO 29-SEP-2018(SAME AS PREVIOUS LOCATION) FOB: Destination Provisions and Clauses: The Provision at FAR 52.212-1 Instructions to Offerors--Commercial Items (JUL 2013) applies to this acquisition. The Provision at FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) is applicable. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The following are the selection criteria in order of importance: 1) Technical 2) Past Performance 3) Price Technical and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Please see attachment for fillable copy of Provision. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2013) applies to this acquisition. It states: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O.13513). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). Responses are due 17 September 2013 16:00 p.m. Central Time. Responses shall be submitted via e-mail to cheryl.l.huettel.civ@mail.mil. Telephone requests or inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c463fa1024cf5eeb1caa0cadbe673b5a)
 
Place of Performance
Address: MICC - Fort Leavenworth 535 Kearney, Bldg 338 Fort Leavenworth KS
Zip Code: 66027-1417
 
Record
SN03185240-W 20130914/130912235239-c463fa1024cf5eeb1caa0cadbe673b5a (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.