SOLICITATION NOTICE
59 -- Anixis Password Policy Enforcer (Brand Name Required)
- Notice Date
- 8/14/2008
- 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
- F2VUJ08185AC03Sol
- Archive Date
- 9/5/2008
- Point of Contact
- Joseph D Sherwood, Phone: 813-828-0280
- E-Mail Address
-
joseph.sherwood@macdill.af.mil
- Small Business Set-Aside
- N/A
- Description
- Description This is a combined synopsis/solicitation for a brand name commercial software, unlimited license 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. This is a Request For Quote (RFQ) and the solicitation number is F2VUJ08185AC03. The 6th Contracting Squadron, Mac Dill AFB, Florida, requires the following items: Brand name purchase of Anixis Password Policy Enforcer, Unlimited License. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008, DFAR DCN 20080621, and AFFAR AFAC 20080605. The North American Industry Classification System code (NAICS), 511210 Software Publishers. The Standard Industrial Classification (SIC) is 5045. A firm fixed price purchase order will be awarded. This requirement is being solicited as a brand name requirement. No set asides have been made for this acquisition. The following information is provided within the Justification and Approval (J&A) for determining that this requirement be limited to the Anixis brand name software: DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE (APPLICABILITY OF AUTHORITY) USSOCOM believes that award to any other source would result in substantial cost to the government that is not expected to be recovered through competition. This product is currently deployed to all workstations and devices within the USSOCOM networks. The cost that would not be recovered through open competition involves resources for testing and operational readiness (certification and accreditation, operational compatibility and continuity) as well man-hours required for the redeployment to all devices. Others costs, that must be considered, deal directly with the risk associated with downtime and lack of coverage during a replacement phase of new technology. Accordingly, Anixix is the only firm capable of providing the maintenance and support for current computer security without the U.S. Government experiencing substantial duplication of cost that could not be expected to be recovered through competition. DESCRIPTION OF REQUIREMENT: 1) Anixis Password Policy Enforcer, Unlimited User License Quantity - 1 EA Period of Performance - 1 Oct 08 - 30 Sep 09 2) Anixis Password Policy Enforcer, Unlimited User License Option 1 Quantity - 1 EA Period of Performance - 1 Oct 09 - 30 Sep 10 3) Anixis Password Policy Enforcer, Unlimited User License Option 2 Quantity - 1 EA Period of Performance - 1 Oct 10 - 30 Sep 11 DELIVERY ADDRESS: Item is to be procured on behalf of USSOCOM, MacDill AFB (Tampa), FL 33621. 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, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 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 Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.217-5, Evaluation of Options, FAR 52.517-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-28, Post-Award Small Business Program Representation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-18, Availability of Funds, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52-247-34 F.O.B., incorporated in full text, FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A, Central Contractor Registration, Alternate A, DFARS 252.243-7001, Pricing of Contract Modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: 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, DFARS 252.232-7003, Electronic Submission of Payment Requests. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (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 or 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 ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, 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/ACQ, 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). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 21 August 2008 by 10:00AM EST. Submit offers or any questions to the attention of SSgt Joseph Sherwood, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to joseph.sherwood@macdill.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a1e540d8919287e6b8697474a550d508&tab=core&_cview=1)
- Place of Performance
- Address: MacDill AFB, Tampa, Florida, 33611, United States
- Zip Code: 33611
- Record
- SN01641021-W 20080816/080814224524-a1e540d8919287e6b8697474a550d508 (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 |