Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
SOLICITATION NOTICE

70 -- NOTICE OF INTENT TO SOLE SOURCE - One (1) RSA Authentication Manager Software System - COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS

Notice Date
5/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-18-Q-0022
 
Archive Date
5/30/2018
 
Point of Contact
Ariel M. Amey, Phone: 3013941081
 
E-Mail Address
ariel.m.amey.civ@mail.mil
(ariel.m.amey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted Brand Name DnF over OTFOC under $150k Provisions and Clauses Full-Text COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS (i) This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one Brand Name source under the authority of FAR 13.106-1(b)(1)(i) - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements based on compatibility requirements. The name of the company the Government intends to award a contract to is RSA Security, LLC (Cage Code: 5Z940) or a RSA Security, LLC authorized re-seller. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-18-Q-0022. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. (iv) The associated NAICS code is 511210. The small business size standard is $38.5M. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Procurement for RSA Authentication Manager Software system; the Contractor shall provide RSA Authentication Manager Software in the following manner: • Compatible with existing RSA Authentication Manager Software. • Quantity 255: Part No. RSA-AUT0000500E8, RSA Authentication Manager 8.0 Enterprise Edition per user. • Quantity 1530: Part No. RSA-AUT0000500EE1-8, RSA Authentication Manager Enterprise Maintenance with one (1) month support. • Quantity 305: Part No. RSA-SID700-6-30-60-A, RSA SecurID 700 30 second Token Per User with 60 month duration. • Quantity 105: Part No. RSA-AUT0000150E8, RSA Authentication Manager 8.0 Enterprise Edition per user. • Quantity 1260: Part No. RSA-AUT0000150EE1-8, RSA Authentication Manager Enterprise Maintenance with one (1) month support. (vi) Description of requirements: N/A - see above requirements (vii) Delivery is required by 5 DAYS AFTER POSTING. Delivery shall be made to: DESTINATION. Acceptance shall be performed at DESTINATION. The FOB point is DESTINATION. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the brand name equipment being purchased is of a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6: PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3: CONVICT LABOR (JUN 2003) 52.222-19: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: EQUAL OPPORTUNITY (SEP 2016) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50: COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008: COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7011: ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7035, BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2012) 252.225-7035 ALT l, BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2012) ALTERNATE I 252.225-7036, BUY AMERICAN--FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.225-7036 ALT l, BUY AMERICAN -- FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2012) ALTERNATE I (JUN 2012) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR/DFARS CLAUSES BY REFERENCE: 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.204-0009: CONTRACT-WIDE: BY FISCAL YEAR (SEP 2009) FAR/DFARS FULL TEXT/FILL-IN CLAUSES: 52.252-1: PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) LOCAL FILL-IN CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT SOLICIT ONLY ONE SOURCE GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) RECEIVING ROOM - ALC EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: NONE (xvi) Offers are due via email on 15 May 2018, by 11:59 AM EST, at 2800 Powder Mill Road, Adelphi, MD 20783-1197. (xvii) For information regarding this solicitation, please contact: Ariel Amey, (301) 394-1081, ariel.m.amey.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fa509b5bdbfc3ac1bfea2114c35484ad)
 
Place of Performance
Address: U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD, 20783-1197, United States, United States
Zip Code: 20783-1197
 
Record
SN04915131-W 20180510/180508231245-fa509b5bdbfc3ac1bfea2114c35484ad (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.