Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

70 -- SecureWave Sanctuary Software & Maintenance

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Information Services Support Branch (ACSI), 3838 Vogel Road, Arnold, MO, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
EN888861320100
 
Response Due
9/11/2006
 
Archive Date
9/26/2006
 
Description
This is a combined synopsis/solicitation for brand name 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. NGA intends to solicit and award a firm-fixed price purchase order under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) code for this acquisition is 511210 with small business size standard $23M. The solicitation is issued under the number EN888861320100. The requirement is for software license and maintenance renewal for 10,000 units, with Option Year 1 & 2 renewal of SecureWave Sanctuary software. Product Description - Sanctuary Device Control and Application Control Custom Edition. BRAND NAME JUSTIFICATION: This requirement is for the procurement of the Renewal of SecureWave?s Sanctuary Software. SecureWave Sanctuary software is used for protection of National Security information. The software detects when a user attempts to remove data from a network device using a disk, CD, USB device or any other removable media. This is a license renewal of an existing capability used to protect national security data. Mission assurance personnel are required to investigate US Federal Espionage acts; without this current software capability these investigations may be interrupted. An interruption to operations due to changes in software or capabilities presents a marked increase to NGA?s risk to our security posture and ability to respond to such incidents. Delivery is FOB Destination to NGA Reston, 12310 Sunrise Valley Drive, Attn: Dale North/ EMM, MS P-091, Reston, VA 20191-3349 in the quantities listed above. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. Only Authorized SecureWave Resellers that are recognized by SecureWave to sell their product will be considered. Please provide earliest ship dates. All offerors must submit, with their quote, written documentation from SecureWave showing that offeror is authorized to provide all items to NGA. Quotes submitted without this documentation will not be evaluated and considered for award. Refurbished items are not acceptable for this requirement. All boxes must be sealed and unopened. Delivery is FOB Destination to addresses identified with CLINs on this synopsis/solicitation. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their 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 acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-23, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. All offers are due to this agency no later than 2:00 p.m., Central Daylight Time (CDT), 11 Sep 06. Send all offers via e-mail to Audrey.L.Smith@nga.mil or via facsimile, (314) 263-8024. NO TELEPHONE RESPONSES WILL BE ACCEPTED.
 
Record
SN01138404-W 20060910/060908221950 (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.