Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOLICITATION NOTICE

70 -- Tactical Validation Authority

Notice Date
6/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VVJ68127AC01-01
 
Archive Date
6/20/2008
 
Point of Contact
Alyson Gowin,, Phone: 813-828-0486
 
E-Mail Address
alyson.gowin@macdill.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Description ***This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and is current as of FAC 2005-18, DCN 20070531, and AFAC 2007-0531. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is set aside 100% for Small Business (SB). The North American Industry Classification System code (NAICS) is 511210 the size standard of which is $23 Million.*** DESCRIPTION: 50 Licenses of the Tactical Validation Authority, which each include: One Server Instantiation & One Software Responder, and one year of maintenance and 24x7 support. The appropriate Justification and Approval is on file with this agency, Section V of the Justification and Approval is as follows: V. DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE(APPLICABILITY OF AUTHORITY) Currently according to the DoD PKI office, the only software that is available that can use the DoD provided MiniCRL is the Corestreet product. Corestreet is the manufacturer of the Tactical Validation Authority, the only known product that can consume the MiniCRL data format produced by the DoD PKI PMO's Robust Certificate Validation Service (RCVS) in order to generate Online Certificate Validation Protocol (OCSP) responses. In order to comply with Communication Tasking Order (CTO), specifically CTO 07-015 that requires all DOD organizations and units to comply with additional requirements to use the NIPRNet that has an effective date of 9 June 2008, the Government requires the Corestreet product. Waiting for another company to develop a similar or compatible product would not be acceptable to comply with the effective date of 9 June 2008. The impact for waiting for another solution, is that personnel at remote locations in Iraq and Afghanistan (and other AOR operating bases that are connected by satellite) often can't open their e-mail if it is digitally signed or might not be able to access secured web servers (due to latency and poor connectivity to the current CRL architecture). On 9 June 2008 the JTF-GNO CTO will take affect (its mandatory for people using the NIPRNet), and the impact will continue to grow, because the down range units cannot control other people outside of the AOR from complying with the rule set that states that you must encrypt and sign certain types of email (in extension, even if they didn't want to comply the people they work with elsewhere will, and it affects them). In addition, units in the CENTCOM AOR continue to consume large amounts of inadequate bandwidth (because it is satellite based and satellite has a much lower bandwidth capability then land lines) with these CRL files. Through market research, Corestreet's main competitor in this arena (Tumbleweed) does not and will not have a compatible solution for at least six months to a year. For performance/delivery to HQ USCENTCOM CCJ6 7115 S. BOUNDARY BLVD MACDILL AFB FL 33621-5101 TEL: 813-827-5975 PLEASE NOTE: Quotes will be evaluated on price. Award will be made to the lowest price offeror that is determined to be technically acceptable IAW DoD 4500.36R. Bidders shall qoute on all items or none. Please ensure all quotes are complete and accurate, all information is filled out, and required clauses are complied with, otherwise the quotation will be rejected for being non-responsive. The winning contractor will be issued an award corresponding to this solicitation, candidates must include a phone number and/or email address, be registered on the central contractor registration (CCR), ORCA or provide representations and certifications as found in FAR 52.212-3 and 252.212-7000, and not found ineligible for award on the Excluded Partied List System EPLS. Quotations are due no later than 12:00 PM EST on June 5, 2008 to Alyson Gowin by e-mail to alyson.gowin@macdill.af.mil or by fax at (813) 828-5111. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or ): FAR 52.204-7, Central Contractor Registration, FAR 52.211-6, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-28, Post-Award Small Business Program Rerepresentation, FAR 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5d427b4f463bd76e3bbce2b9ea3dc352&tab=core&_cview=1)
 
Place of Performance
Address: MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01584837-W 20080604/080602220200-5d427b4f463bd76e3bbce2b9ea3dc352 (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.