Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2004 FBO #0838
SOLICITATION NOTICE

70 -- Netegrity Software and Technical Support

Notice Date
3/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Defense Logistics Agency, Logistics Operations, DLA-DSS Corporate Contracting Office, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220
 
ZIP Code
22060-6220
 
Solicitation Number
SP4700-04-R-0004
 
Response Due
3/15/2004
 
Archive Date
3/30/2004
 
Point of Contact
Sterling Matthews, Contract Specialist, Phone 703-767-1310, Fax 703-767-1130, - Brenda Geist, Contracting Officer, Phone (703)767-1172, Fax (703)767-1172,
 
E-Mail Address
Sterling.Matthews@dla.mil, brenda.geist@dla.mil
 
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. Solicitation SP4700-04-R-0004 is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Acquisition of Commercial Items; (FAC 20); 23 February 2004. This solicitation is unrestricted and the associated NAICS code is 423430, size standard is 500 employees. The Government has a requirement for Netegrity SiteMinder Software and technical support. The SiteMinder will enable DLA organizations to deploy e-business websites more easily and cost effectively and with greater security. This software provides the following critical capabilities: Authentication Management, Authorization management, Single Sing-On and Personalized Content Delivery, Auditing and Reporting, and Federated Security Services. The SiteMinder supports greater centralization of security. Initially the Government has a need to purchase 25,000 user licenses. In addition to the licenses, the Government has a requirement for consulting services and training. Delivery of software and service are to start 1 April 2004. In accordance with FAR 52.216-22, Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 1 year from the date of the order. The quantities cited in the solicitation CLINs are maximum amounts per CLIN. The ordering period is for 5 years from date of award. CLIN 0001, 125,000 Netegrity Siteminder Licenses, CLIN 0002, 125,000 users Netegrity-SiteMinder-Gold Maintenance and Support ? 24 x 7 Hot Line and e-mail support including a 1-800 number; CLIN 0003, 200 Hours Netegrity-Technical Support-Consulting Architect hours, Netegrity-Technical Support-Implementation Specialist ? per hour; CLIN 0004, 480 hours Netegrity-Technical Support-Implementation Specialist; CLIN 0005, 5 Training Courses of 3 days, up to 12 students, CLIN 0006, Travel Not To Exceed $50,000, Travel at actual cost in accordance with the Joint Travel Regulation plus any approved markup. The minimum order amount is $5,000, the maximum order amount is the ceiling on the contract; the minimum contract amount is $100,000, the maximum contract amount is the ceiling on the contract. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. DFARS Clause 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS and DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS are applicable. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this. FAR/DFAR clauses 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-1, and 52.232-33 apply to this solicitation. DFARS Clause Subpart 225.101 BUY AMERICAN ACT is applicable in lieu of FAR 52.225-1 BUY AMERICAN ACT. DFARS Clause Subpart 225.70 AUTHORIZATION ACTS, APPROPRIATIONS ACTS, AND OTHER STATUTORY RESTRICTIONS ON FOREIGN ACQUISITION and DFARS Subpart Clause 225.71 OTHER RESTRICTIONS ON FOREIGN ACQUISITION have are applicable in lieu of FAR Clause 52.225-13. DLAD Clause 52.233-9000 AGENCY PROTEST and DLAD Clause 52.233-9001 DISPUTES; AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION are applicable. DDFARS Clause 252.204-7004 ALTERNATE A is applicable. Offers are due 15 March 2004, 2:00 p.m. Eastern Daylight Time, Andrew T. McNamara Headquarters Complex, 8725 John J. Kingman Road, Suite 1145, Fort Belvoir, VA 22060-6220. Electronic proposals will be accepted. Please contact Mr. Sterling Matthews (Sterling.Matthews@dla.mil) for information regarding the solicitation. Please submit all questions in writing to the above referenced electronic address by 12 March 2004. Award will be made to the contractor offering the lowest overall price. This will be awarded on an all or none basis.
 
Place of Performance
Address: DAASC, 5250 PEARSON ROAD, AREA C BUILDING 30207, WRIGHT-PATTERSON AFB OH
Zip Code: 45433
Country: USA
 
Record
SN00542272-W 20040313/040311221708 (fbodaily.com)
 
Source
FedBizOpps.gov 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.