Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2020 SAM #6908
SPECIAL NOTICE

D -- DNS Resolver Services

Notice Date
10/26/2020 12:00:16 PM
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
HQ064219999
 
Response Due
10/27/2020 9:00:00 AM
 
Archive Date
11/11/2020
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE: THIS IS NOT A REQUEST FOR QUOTE � THIS IS A NOTICE OF THE GOVERNMENT�S INTENT TO ISSUE A SOLE SOURCE Firm Fixed-Priced purchase order to Akamai Technologies, Inc. pursuant�to the statutory authorized under provisions of 10 U.S.C 2304(c)(1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, and procured under the Federal Acquisition Regulation (FAR) 13.5, Simplified Procedures for Certain Commercial Items utilizing simplified acquisition procedures for sole source awards. The Department of Defense (DoD), Washington Headquarter Services, Acquisition Directorate, (WHS/AD) intends to award a sole source Firm Fixed-Price purchase order for�Domain Name Services (DNS) Resolver Services in order to protect DoD and Other Governmental agencies website domains against imminent security threats to Akamai Technologies, Inc., Cage Code: 1YEZ5; 145 Broadway, Cambridge, MA 02142.� The Government anticipates a single purchase order for the following: 1. The requirement for Domain Name Services (DNS) Resolver Services will allow DoD to protect its website domains against security threats. The DNS layer provides protection against security threats shall be deemed the default, global policy for all organizations downstream and requires organizations downstream to implement organization-specific content blocking that might differ between organizations. In addition, DNS services allow creation of policies in a self-service manner through the service�s web portal or with consultation from a government identified representative at each organizational subcomponent level that points traffic to the DNS resolver service.� 2. In Executive Order 12333, Section 1.7, Intelligence Community Elements, (f) The Intelligence and Counterintelligence Elements of the Army, Navy, Air Force, and Marine Corps provides, �The Commanders and heads of the intelligence and counterintelligence elements of the Army, Navy, Air Force, and Marine Corps shall: (1) Collect (including through clandestine means), produce, analyze, and disseminate defense and defense-related intelligence and counterintelligence to support departmental requirements, and as appropriate, national requirements; (2) Conduct counterintelligence activities.� MDCOs are authorized to engage with private sector partners and conduct counterintelligence activities, in coordination with other intelligence agencies. In order to comply with the Executive Order, DODIN requires the capabilities provided by the data lake. The Justification and Approval (J&A) will be posted to the beta.SAM.gov website.� The purchase order Period of Performance will be for a base period only for three (3) months. 3. This notice of intent is NOT a request for quotations or competitive proposals.� Request for copies of a solicitation in response to this notice will not be honored or acknowledged.� A determination by the Government not to compete this action based upon responses to this notice is solely within the discretion of the Government.� Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement is in the best interest of the Government.� Any response to this notice must show clear and convincing evidence that the pending purchase order would not be advantageous to the Government.� If no affirmative written response is received, the award will be issued without further notice. 4.� Interested parties may identify their interest and capability that provides sufficient details of its services by responding to this notice no later than 12:00 PM (ET), October 27, 2020 by email to carol.g.mays@mail.mil and kimberly.h.darby.civ@mail.mil.� However, all information received will be considered by the Government.� The primary North American Classification System (NAICS) code is 541511 Custom Computer Programming Services.� The size standard is $30.0M. NOTE: RESPONSES RECEIVED AFTER 12:00 PM (ET), October 27, 2020 WILL NOT BE ACCEPTED.� No phone calls will be entertained. 5. All information submitted should support the firms� capability to provide the services required, and shall be furnished at no cost or obligation to the Government. The Government reserves the right to cancel the sole source award.� All future information about this acquisition will be distributed solely through beta.SAM.gov website.� Interested parties are responsible for monitoring beta.SAM.gov to ensure that they have the most up-to-date information about this acquisition.� The anticipated award date is 28 October 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/56c7147785bd45cfa7cdc05ac9f3b525/view)
 
Place of Performance
Address: DC 20301, USA
Zip Code: 20301
Country: USA
 
Record
SN05837708-F 20201028/201026230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.