SOLICITATION NOTICE
59 -- Combined synopsis/solicitation for Arcsight Maintenance
- Notice Date
- 9/25/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-09-T-0470
- Response Due
- 9/28/2009
- Archive Date
- 11/27/2009
- Point of Contact
- Christina McMurtry, 719-526-2338
- E-Mail Address
-
ACA, Fort Carson
(christina.mcmurtry@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial product prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. Fort Carson will be awarding a Firm-Fixed Price Contract. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-36 Effective on August 11, 2009. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/. This solicitation is set aside 100% for Small Business (SB). The North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 500 Employees. This solicitation will end on 28 September 2009 at 9:00 a.m. Mountain Daylight Time. All items in this solicitation are Brand Name only products in accordance with FAR 11.105(a)(1). The brand name justification and approval are added to this combined synopsis/solicitation. Proposals shall reference solicitation #W911RZ-09-T-0470 and shall include pricing as follows: Period of Performance: 30 September 2009 to 29 September 2010 CLIN 0001 Premium support for ArcSight FastStart Bundle, Part ASP-PRE-FST-001, Qty: 1 CLIN 0002 System update subscription for ArcSight FastStart Bundle, Part SIC-SUB-FST-001, Qty: 1 CLIN 0003 ArcSight premium support for ArcSight Connector, Part ASP-PRE-ESC-001, Qty: 1 CLIN 0004 Security content subscription for ArcSight Connector, Part SIC-SUB-ESC-001, Qty: 1 CLIN 0005 Appliance premium support, Part APP-PRE, Qty: 1 Please also provide pricing for four option periods as follows: Option Period One: Period of Performance: 30 September 2010 to 29 September 2011 CLIN 0001 Premium support for ArcSight FastStart Bundle, Part ASP-PRE-FST-001, Qty: 1 CLIN 0002 System update subscription for ArcSight FastStart Bundle, Part SIC-SUB-FST-001, Qty: 1 CLIN 0003 ArcSight premium support for ArcSight Connector, Part ASP-PRE-ESC-001, Qty: 1 CLIN 0004 Security content subscription for ArcSight Connector, Part SIC-SUB-ESC-001, Qty: 1 CLIN 0005 Appliance premium support, Part APP-PRE, Qty: 1 Option Period Two: Period of Performance: 30 September 2011 to 29 September 2012 CLIN 0001 Premium support for ArcSight FastStart Bundle, Part ASP-PRE-FST-001, Qty: 1 CLIN 0002 System update subscription for ArcSight FastStart Bundle, Part SIC-SUB-FST-001, Qty: 1 CLIN 0003 ArcSight premium support for ArcSight Connector, Part ASP-PRE-ESC-001, Qty: 1 CLIN 0004 Security content subscription for ArcSight Connector, Part SIC-SUB-ESC-001, Qty: 1 CLIN 0005 Appliance premium support, Part APP-PRE, Qty: 1 Option Period Three: Period of Performance: 30 September 2012 to 29 September 2013 CLIN 0001 Premium support for ArcSight FastStart Bundle, Part ASP-PRE-FST-001, Qty: 1 CLIN 0002 System update subscription for ArcSight FastStart Bundle, Part SIC-SUB-FST-001, Qty: 1 CLIN 0003 ArcSight premium support for ArcSight Connector, Part ASP-PRE-ESC-001, Qty: 1 CLIN 0004 Security content subscription for ArcSight Connector, Part SIC-SUB-ESC-001, Qty: 1 CLIN 0005 Appliance premium support, Part APP-PRE, Qty: 1 Option Period Three: Period of Performance: 30 September 2013 to 29 September 2014 CLIN 0001 Premium support for ArcSight FastStart Bundle, Part ASP-PRE-FST-001, Qty: 1 CLIN 0002 System update subscription for ArcSight FastStart Bundle, Part SIC-SUB-FST-001, Qty: 1 CLIN 0003 ArcSight premium support for ArcSight Connector, Part ASP-PRE-ESC-001, Qty: 1 CLIN 0004 Security content subscription for ArcSight Connector, Part SIC-SUB-ESC-001, Qty: 1 CLIN 0005 Appliance premium support, Part APP-PRE, Qty: 1 OFFERORS SHALL COMPLY with instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation Contractor shall submit their quotation on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price. The offeror shall include, any discount terms, cage code, DUNS number, tax identification number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), FOB Destination and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, has been completed electronically online at http://orca.bpn.gov/publicsearch.aspx The provisions at FAR 52.212-2 Evaluation-Commercial Items applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The factors used to evaluate offers will be technically acceptable low price. The clause at 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause applicable to this acquisition are: 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation [The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 423430] 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action For Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration The following FAR clauses are applicable to this acquisition. 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions-Commercial Items 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.232-18 Availability of Funds (This clause applies to any options that may be exercised.) The following DFARS clauses are applicable to this acquisition: 252.204-7004 Alt A Central Contractor Registration Alternate A 252.211-7003 Alt I Item Identification and Valuation 252.225-7002 Qualifying Country Sources As Subcontractors 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 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. Additional DFARS clauses cited in this clause applicable to this acquisition are: 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. BRAND NAME JUSTIFICATION (Simplified Acquisition Procedures under FAR Part 13 Not Exceeding $550K) 1. Agency/Contracting Activity: MICC/DOC Fort Carson 2. Description of Action: Nature: 0 New Requirement 1 Follow-on Requirement 0 Mod to Existing Purchase Order/Contract Number Pricing: 1 Firm-Fixed Price 0 Time & Materials 0 Cost Funds: 0 OMA 0 Other Funds: Name of Proposed Contractor(s): Street Address: City, State, Zip: Phone: 3. Description of Services or Supplies: The total estimated value of the proposed action is ArcSight hardware and software was purchased and installed for the Ft Carson Directorate of Information Management in 2007. This is a maintenance continuation to support the base product which is the only Government-approved software and hardware in accordance with Information Assurance and DISA policies. Network Enterprise Technology Command (NETCOM), Enterprise system Technology Activity (ESTA), Information Technology Integration Directorate, Special Projects and System Support Division were tasked with integrating ArcSight software within the Army Network Enterprise. Fort Carsons Security Information Management System (SIMS) solution needs to be integrated with the NETCOM SIM solution. This tool also interfaces with the Defense Information Systems Agency (DISA) and future Army Enterprise Networks, as well as other branches of the armed services. This purchase is for software and security updates and troubleshooting assistance. This is a standard warranty/maintenance agreement. 4. Authority: (Identify the statutory authority, FAR title and FAR citation permitting other than full and open competition. It may be one of the following, but other exceptions may be used.) Action using simplified acquisition procedures (select one): 0 FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g. urgency, exclusive licensing agreements, brand name, or industrial mobilization) 1 FAR 13.501(a)(1)(ii): For actions for commercial supplies or services greater than the SAT but not exceeding $5.5M, the correct citation is: Test Program for Commercial Items, Section 4202 of the Clinger-Cohen Act of 1996 as codified at 10 USC Sec. 2304(g)(1)(B), and amended by Section 807 of the Ronald Reagan National Defense Authorization Act of 2005. [Note: this abbreviated justification form can only be used for actions not exceeding $550K. Justifications above $550K must be prepared using the format at FAR 6.303-2.] 5. Reasons for Authority Cited: a. Explain why the intended contractor is the only reasonable source who can provide the required supplies or services. Explain factors/unique qualifications such as proprietary data or exclusive licensing rights, if applicable. If brand name, explain why an adequate purchase description or other information suitable to solicit by full and open competition has not been developed or are not available. This is not a sole source request. It is a BRAND NAME request, and any reseller of the ArcSight software/hardware may compete for this award. ArcSight is the sole proprietor of their software/hardware, and Army policy mandates that this particular brand be used. See 3, above, for additional information. b. For a follow-on contract action of highly specialized services, or the continued development or production of a major system or highly specialized equipment, discuss how the sole source action will avoid duplication of costs that is not expected to be recovered through competition, or discuss the unacceptable delays to the government. Provide an estimate of the costs that will be duplicated and explain how such estimate was derived. This is not a sole source but a BRAND NAME. The Directorate of Information Management at Fort Carson procured the original hardware and software in 2007 for, which included installation. To pursue the maintenance for the ArcSight is the best value for the government. The maintenance for one year is, and the total, base plus 4 options years is less than the original procurement. c For contract extensions or bridge contracts when a competitive follow-on is in the works, summarize history of current contract and explain the reasons for any delays in the acquisition. Include discussion of the milestones for the follow-on action; they should be as tight as possible. Discuss why it would be neither cost effective nor realistic to expect another contractor to perform during the brief interim period; include issues such as start-up costs, phase-in, transfer of GFP, recruitment and staffing, etc. If the action is because of a protest, provide a brief discussion of the protest including important dates and the basis of the protest. Establish that the action will provide the minimum quantity or performance period. This is not an extension or bridge contract d. If urgency is the basis for the justification, explain the chronological events leading up to the requirement and explain why time constraints cannot permit even a limited competition. Describe impact of required delivery/performance date. Describe the detrimental effects/serious injury to the mission of the requiring activity or to the government, financial or otherwise, that will result if this justification is not approved and the product or service cannot be provided by the intended sole source contractor. This is not a priority 3 or 6 request. 6. Actions to Increase Competition: Describe efforts made to compete the action, including whether a notice was or will be publicized as required by FAR Subpart 5.2 or which exception under FAR 5.202 applies. If notice was publicized, discuss the number of written responses to the synopsis and the results of the assessment of the written responses. Provide rationale if interested sources were rejected. If applicable, state that no other sources have expressed interest, but all offers received shall be considered. Describe what actions will be taken to increase competition before subsequent acquisition of the supplies or services is required. You may state that action is a one-time requirement, but if a similar requirement arises, every effort will be made to compete it to the maximum extent possible. ArcSight is the sole proprietor of their software/hardware, but they have many partners that resell their products, and several are small businesses. The Communications and Electronics Command (CECOM) in coordination with ESTA technical and managerial staffs attend and participate in symposia, user groups and conferences to determine what vendors can satisfy the SIMS requirements. The CECOM and ESTA are continually keeping abreast of the latest market trends. However, to date there are no known products, other than ArcSight, that can successfully fulfill the Governments current requirement to merge seamlessly with personnel, training, and existing SIMS. In order to gain adequate competition and a fair market price, this purchase will be competed through ASFI on the FedBizOpps site. 7. Market Research: Describe the extent of the market research conducted to identify all qualified sources and the results thereof. Market Research is defined as those attempts you made to ascertain whether other qualified sources exist, and can include contact with knowledgeable experts regarding similar or duplicate requirements, contact with industry, results of a sources sought synopsis, or draft solicitations. Research of the marketplace may consist of written, telephonic, or world wide web inquiries. This is a renewal contract to W911RZ-08-P-0577, which was competed on FedBizOpps last year. Three offers were received, and it was awarded 100% small business set aside. List pricing was provided by ArcSight and by the customer based on pricing by the company that held the award last year. ArcSight stated that their list price would stay the same for the options years, and this is the same price that they offer their resellers. This requirement is not available thru Armys Computer Hardware Enterprise Software Solutions, per AR 25-1, and a waiver was granted. A search of GSA advantage resulted in zero output. ArcSight is the sole proprietor. A list of resellers were found on their website, including several small businesses. Adequate competition will be provided from the resellers by soliciting offers through ASFI on the FebBizOpps website. The following table provides a comparative analysis of pricing: 8. Procurement History: Previous Purchase Order(s) or Contract(s): 1 Yes 0 No If Yes, for each purchase order or contract provide: Purchase order or contract number: Was action competed?1 Yes 0 No If action was not competed, state the cited authority, summarize rationale: 9. Additional Information to support the justification. NONE 10. Technical / Requirements Certification: I certify that the supporting data under my cognizance which is included in this abbreviated J&A is accurate and complete to the best of my knowledge and belief. Submitted By: Position Title (Division Chief or higher): Email address: Signature:______________________ Date: 11. Fair and Reasonable Price Determination: As contracting officer, I hereby determine that the anticipated cost to the Government for this contract action will be fair and reasonable. Basis for the determination: 12. Review (if value exceeds $100K): I have reviewed this justification and find it legally sufficient. Legal Counsel Typed Name: _________________ Date: ______________________ Signature: ____________________ 13. Contracting Officers Approval: I hereby certify that this justification is accurate and complete to the best of my knowledge and belief. Based on the foregoing, I approve this sole source justification subject to availability of funds, and provided that the services and supplies herein described have otherwise been authorized for acquisition. SIGNATURE: DATE: NAME: TITLE: Procuring Contracting Officer SIGNATURE: _________________________________DATE: _____________________ NAME:TITLE:Acting Director
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0470/listing.html)
- Place of Performance
- Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN01970260-W 20090927/090926000537-41121c84c0ebfbb3a2ff64ecfb0aff30 (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 |