Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2005 FBO #1207
SOLICITATION NOTICE

70 -- ARCSIGHT Software, Maintenance and Computer Support Equipment

Notice Date
3/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, HQ AIA, HQ AIA/LGCK 102 Hall Blvd, Ste 258, San Antonio, TX, 78243-7030
 
ZIP Code
78243-7030
 
Solicitation Number
Reference-Number-F5IOD350040400
 
Response Due
3/22/2005
 
Archive Date
4/6/2005
 
Description
The HQ Air Intelligence Agency Contracting Flight at Lackland AFB, TX intends to award a Purchase Order to ArcSight, 5 Results Way, Cupertino, CA 95014 on a BRAND NAME BASIS. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) and Other Than Full and Open Competition in accordance with (10 U.S.C. 2304 (c) (1)) (BRAND NAME) FAR 6.302-1(c). 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: REQUIREMENT: AMG-000 ArcSight Manager 2 EA; ACN-000 ArcSight Console 2 EA; ABR-000 MyArcSight (Web Portal) 2 EA; AAG-000 Standard Agents 12 EA; AND-002 Antivirus Device 1 EA; AND-006 IDS Network Based Device 2 EA; AND-004 Firewall Device 1 EA; AND-014 VPN Device1 EA; AND-012 Switch Device 1 EA; AND-010 OS Logs Device 1 EA; AND-011 Router Device 1 EA; AND-009 Management Console-Vendor Specific Device 1 EA; AND-010 Oracle Audit Log Device 1 EA; AND-006 Host IDS Device 1 EA; AND-015 Vulnerability Management Device 1 EA, AND-014 Wireless Device 1 EA, ASP-STD Maintenance Support, 8x5 Help Desk 1 EA Standard Upgrades.This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-1. The requirement is FOB Destination. Place of performance is AFIWC/IOD, 402 Greig Street, San Antonio, TX 78226-1844. Payment of invoices will be made by DFAS-LI. The estimated completion date of all requirements listed is 1 Apr 05. The following FAR clauses and provisions apply to this requirement which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.211-6, Brand Name or Equal. This is for Brand Name only, no equal will be accepted. 52.212-1, Instructions to Offerors - Commercial Items (JUL 2003), 52.212-2-Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications- Commercial Items, (JUN 2003), 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) (MAY 2002); as do the following FAR clauses cited therein: 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (DEC 2001), 52.225-3 Buy American Act-Supplies (JUN 2003), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999), 52.233-3 Protest After Award (AUG 1996) and 52.252-2 Clauses Incorporated by Reference (FEB 1998). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003), DFARS 252.225-7001; Buy American Act and Balance Payment Program (APR 2003); 252.204-7004, Required Central Contractor Registration (NOV 2001). FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. AWARD WILL BE MADE TO THE OFFEROR WHOSE OFFER REPRESENTS THE BEST VALUE FOR THE GOVERNMENT. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. Offers are due at the HQ Air Intelligence Agency Contracting Flight not later than 2:00 PM, Central Time, 22 Mar 05 and should reference the Solicitation listed above. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jun 2003). Award will be made on or about 23 Mar 05. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving any contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/. All responsible sources may submit an offer, which, if timely received, will be considered by this office. For more information contact Clifton Wells at (210) 977-6314 or email clifton.wells@lackland.af.mil .
 
Place of Performance
Address: AFIWC/IOD, 402 Greig Street, San Antonio, TX
Zip Code: 78226-1844
Country: USA
 
Record
SN00768987-W 20050317/050315212217 (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.