Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

D -- Websense Security Suite Software

Notice Date
9/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
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
F2VUJ08185AC02
 
Archive Date
9/24/2008
 
Point of Contact
Stephen M. Colton, Phone: 813-828-6570, Leyla L. Campbell,, Phone: 813-828-4018
 
E-Mail Address
stephen.colton@macdill.af.mil, leyla.campbell@macdill.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service 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 F2VUJ08185AC02 The 6th Contracting Squadron, MacDill AFB, Florida, requires the following maintenance software licences for one base year and one option year. DESCRIPTION OF REQUIREMENT CLIN 1 Websense Software Security Suite Licenses 8,500 EA. October 1, 2008 - September 30,2009 CLIN 2 Websense Software Security Suite Licenses 8,500 EA. October 1, 2009 - September 30,2010 CLIN 3 Websense Software Security Suite Licenses 8,500 EA. October 1, 2010 - September 30,2011 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008, DFAR DCN 20080721 and AFFAR AFAC 2008-0605. The North American Industry Classification System code (NAICS) is 423430, Computer And Computer Peripheral Equipment.and Software. The Standard Industrial Classification (SIC) is 5045. A firm fixed price contract will be awarded. All quotes, regardless of type (i.e. open market, GSA, Sewp, etc.)will be considered. Note: FAR 52.232-18 applies to this solicitation and procurement. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. This is a brand name only acquisition which is approved based upon the following excerpt from the Contracting Officer signed Justification and Approval. Websense is used on the USSOCOM enterprise wide area network as well as the USSOCOM Strategic Entry Points (SSEP). USSOCOM depends on Websense to provide web filtering in our compliance layer of defense and to protect USSOCOM networks against both malicious code and cyber attacks via the internet. Websense is used to meet the needs of approximately 8,500 global users. USSOCOM has used Websense for several years; it is a certified software product for internet monitoring and access control that meets the requirements of USSOCOM and the standards of DoDI 8500.2. Without this capability, USSOCOM will not be able to effectively protect the networks being used to support the global war on terrorism (GWOT); it would greatly increase network vulnerability with a corresponding increase in opportunity for exploiting the DoD global information grid. Websense Security Suite software has a unique central policy distribution. It allows for simultaneous policy distribution to multiple servers without the need to manually recreate policies for each server. Websense allows organizations to establish flexible internet use policies. The user can block unwanted malicious code and web sites by bandwidth or file type. Websense also has options for filtering web sites based on the time of day. Websense is also the only known product that can provide all capabilities to support the magnitude of the SOCOM network traffic and the diversity of the users that must be monitored and defended. The main requirement not met by other vendors is the requirement to scale to provide services for 8,500 users. No other software is available that has all the capabilities of the Websense software and can support all 8,500 USSOCOM personnel. The Websense technology currently in place provides USSOCOM the ability to provide a Computer Network Defense posture directed by CJCSI 6510.01D. Award for a product other than Websense will significantly impact manpower and the resources required to bring USSOCOM personnel to the level of acceptable operational readiness required to meet mission demands. The impact must be considered before an award is made for a product other than Websense. There are also tremendous costs associated with risk to our data and SOF warriors as well as downtime of operational capability related to conversion to an alternate product. Those costs cannot be quantified in a monetary amount. The loss of forensic and recovery capability could allow malicious code, i.e. Trojans, viruses, etc. to be embedded in data residing on our network and enable potential propagation across the DoD unclassified networks causing further loss of data and services. USSOCOM would lose overall visibility of potential risks as well as the ability to quickly remove and sanitize data that could be accessed by unauthorized personnel to initiate malicious actions against USSOCOM networks. This kind of activity poses additional risks to SOF missions worldwide. Additionally, the learning curve associated with transition to a new tool is tremendous. Despite contractor training, it takes a significant amount of time for the technicians to become familiar with the tool, its capabilities, and be able to provide useful information to senior leaders for decision making. Although other software tools exist on the market, none have the ability to provide the level of protection and service for the size, diversity, and volume of data processed by USSOCOM on a daily basis. In addition, Websense has a unique central policy distribution. It allows for simultaneous policy distribution to multiple servers without the need to manually recreate policies for each server. Websense is also the only known product that can provide all capabilities to support the magnitude of the SOCOM network traffic and the diversity of the users that must be monitored and defended The main requirement not met by other vendors is the requirement to scale to provide services for 8,500 users. To award to any other source would result in substantial duplication of cost to the government not expected to be recovered through full and open competition. Without this brand name procurement, the approximate cost of the duplication effort would be approximately $504,673.00, as well as downtime and loss of resources not expected to be recovered through full and open competition. These costs are based on expenditures under the current contract that have been incurred to gain a level of operational acceptance by the government for its contractors and employees as well as the cost of replacing existing capability to insure interoperability and eliminate continued need to train for separate systems. The costs not recovered through full and open competition involve resources for testing and operational readiness (certification and accreditation, operational compatibility and continuity) with the current network architecture and the risk associated with downtime and lack of coverage during the replacement phase of new technology. DELIVERY ADDRESS: The software is to be procured on behalf United States Special Operations Command (US SOCOM), 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 217-5 Evaluation of Options, 52.232-18, Availability of Funds, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; 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 52.217-8, Option To Extend Services, FAR 52.217-9 Option to Extend the Term of The Contract, FAR 52.219-28, Small Business Representations, 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 52.222-3, 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 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; 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, 252.243-7001 Pricing Of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following 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, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. 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), 5352-242-9000, Access To Air Force Installations. 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 09 September 2008 by 4:00 PM EST. Submit offers or any questions to the attention of Stephen Colton, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to stephen.colton@macdill.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9b7d09258ad19520ce56bad2c72b5308&tab=core&_cview=1)
 
Place of Performance
Address: Macdill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01657382-W 20080904/080902221556-9b7d09258ad19520ce56bad2c72b5308 (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.