Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2022 SAM #7468
SOLICITATION NOTICE

70 -- Checkmarx

Notice Date
5/10/2022 12:27:14 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660422Q0265
 
Response Due
5/13/2022 11:00:00 AM
 
Archive Date
05/28/2022
 
Point of Contact
Stephanie A Smyth, Phone: 4018326964, Fax: 4018414820
 
E-Mail Address
stephanie.a.smyth.civ@us.navy.mil
(stephanie.a.smyth.civ@us.navy.mil)
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 N66604-22-Q-0265. This Request for Quotation and subsequent order is set-aside exclusively for only those authorized DoD ESI holders. Quotes from other than these vendors will not be considered. DoD ESI terms and conditions are applicable. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the following various Checkmarx items, no substitutions allowed, please see Attachment #1 Justification to Exception for Fair Opportunity. CLIN 0001 � Description: CxSAST-Price per project (minimum 36 projects). A Project is defined as a single codebase which is maintained and changed over time, scanned in a single scan operation. Per Project: No limit on number of: frameworks (all supported), lines-of-code (LOC), # of Scans Includes: Users = 0.5x the number of Projects; 1 Cx-Server, and 2 Cx-ConcurrentScans per 200 users (additional Cx-ConcurrentScans priced separately, based on sizing). All Supported Languages except Apex-1 YR Subscription. * Cx-User-AllSupLangNoApex Included (20) * Cx-Server-AllSupLangNoApex Included (1) * Cx-ConcurrentScan-AllSupLangNoApex Included (1) * Cx-Auditor-AllSupLangNoApex Included (1) Part Number; CX-VOLPROJ-1YR-ALLSUPLANGNOAPEX; Qty 50 each CLIN 0002 � Description: Cx SAST Integration license for all out-of-box available integrations, CLI and APIs. All Supported Languages except Apex--1YR Subscription. Part Number: CX-INTEGRATION-1YR-ALLSUPLANGNOAPEX; Qty 1 each CLIN 0003 � Description: Price per Cx project (minimum 10 projects). Allows organizations to manage,control and prevent security risks and legal implications introduced by open source components as part of the SDLC. CxSAST is requied for CxOSA use. Must purchase the same # of CxOSA projects as purchased for CxSAST, for integration. I YR Subscription. Part Number: CX-OSA-PROJ-1YR; Qty 50 each CLIN 0004 � Description: CxIAST- Application Security Testing Solution that detects vunerabilities in run-time applications in automated test environments. Minimum 5 Applications - 1 YR Subscription. Part Number: CX-IAST-1YR; Qty 16 each CLIN 0005 � Description: Cx-PS Professional Services 1 Day Part Number: CX-PS; Qty 7 each This procurement is unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 541519; the Small Business Size Standard is $30.0M. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR provisions and clauses, apply to this solicitation:� 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1, Instructions to Offerors Commercial Items 52.212-3 ALT 1, Offeror Representations and Certifications Commercial Items 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications.�� The following DFARS provisions and clauses apply to this solicitation: 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.246-7008 Sources of Electronic Parts 252.211-7003 Item Identification and Valuation The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. A Section 508 does not apply. The required Period of Performance is 2-SEP-2022 through 1-SEP-2023, F.O.B. Destination is Newport, RI 02841. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far The Government�s preferred method of payment Electronic Payment through Wide Area Workflow (WAWF). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award. The quotes may be submitted via email to the below address and must be received on or before Friday, May 13, 2022, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Stephanie Smyth at stephanie.a.smyth@navy.mil or 401-832-6964.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6615e6a25f324f868948b5b6c142060c/view)
 
Record
SN06323081-F 20220512/220510230058 (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.