Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

70 -- Network Traffic Generator - FA8751-12-R-0027

Notice Date
5/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-12-R-0027
 
Archive Date
5/22/2012
 
Point of Contact
Cody Owens, Phone: 315-330-2921
 
E-Mail Address
cody.owens@rl.af.mil
(cody.owens@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FA8751-12-R-0027 Representations & Certifications Addendum This is a combined synopsis/solicitation for 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-12-R-0027 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120420. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 334119 and small business size standard of 1000 employees. The small business size standard for a concern which submits an offer in its own name, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis, including the cost of shipping FOB Destination. ITEM 01: CHASSIS WITH BLADE SERVER QTY: 1 -Fits in compact, single 3 slot chassis. -Simulates blended application traffic and attacks at up to 120 Gbps. -Simulates load of 90 million concurrent users performing network actions such as browsing, emailing, texting, talking, placing phone calls, streaming movies, making online purchases, playing games, sending spam, and spreading malware. -Allows content-aware network and security devices and customers to validate resiliency (performance, security, and stability) of next generation equipment operating at 100 Gbps and greater. -Performs Secure Socket Layer (SSL) Bulk Encryption at 24 Gbps with any cipher. -Measures network latency down to 10 nanosecond resolution. -Universal 10GigE/1GigE ports. -Unique Item Identifier (UID) (reference DFARS 252.211-7003 Item Identification and Valuation). -1 year warranty. -BreakingPoint Systems 100-10006-01 or equal. ITEM 02: APPLICATION & THREAT INTELLIGENCE PROGRAM QTY: 1 -3 years duration with feature and cybersecurity updates provided on bi-weekly basis to include identification, generation, and dissemination of latest security attacks and application protocols. -At least monthly availability of newly released applications, service packs, and resource downloads. -Allows product users to maximize network reliability and protect against most advanced and malicious threats, including emergent business, recreational, and malicious applications. -At program onset, provides users access to collection of at least 150 application protocols, 4,500 security strikes, 100 evasion techniques, and 27,000 pieces of malware; Microsoft Tuesday (or equivalent) coverage; and SYN Flood attacks with up to 2 million connections per second. -Service and support includes access to enhanced automation capabilities; new security, performance, and management features; and ability to request new product features. -Technical support available through phone, email, and online service. -Free access to all web based tutorials and security/application expert reviews. -BreakingPoint Systems 100-10036-01 or equal. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery date is within 2 months After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance, and FOB destination point is Maxwell AFB Gunter Annex AL. The final address details will be provided to the contract awardee. The provision at 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due by 12 PM (ET) MON 07 MAY 2012. Submit by email to cody.owens@rl.af.mil, by fax to 315-330-2555, or by mail to AFRL/RIKO, Attn: Cody Owens, 26 Electronic Pkwy, Rome NY 13441-4514. Offerors are encouraged to submit their proposals using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Provide a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, as necessary. Offerors not providing a sufficiently detailed technical description may be considered non-responsive and therefore not further subject to evaluation for contract award. (b)(10) Submit past performance information for contracts completed within the previous three (3) years for efforts relevant in terms of scope and magnitude to the work described in this solicitation. Include contract/project numbers, current points of contact with telephone numbers and email, a brief contract/project description, a description of relevance to this solicitation, and any other relevant information. (b)(11) If the offer is not submitted on the SF1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) PRICE, (ii) TECHNICAL ACCEPTABILITY, and (iii) PAST PERFORMANCE. When combined, technical acceptability and past performance are of approximately equal importance to price. The Government intends to award a contract to the lowest priced, technically acceptable offeror with acceptable past performance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (APR 2012) and ALT I (APR 2011) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at https://www.acquisition.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005), DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation Under Any Federal Or State Law (MAR 2012), and DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (JAN 2012). For your convenience, paragraph (b) of 52.212-3, 252.212-7000, 252.209-7998, and 252.209-7999 are provided in the attachment to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (FEB 2012), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (APR 2012) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) 52.219-6, Notice of Total Small Business Aside (Nov 2011) Alternate I (Nov 2011) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2012) applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) 252.227-7015, Technical Data - Commercial Items (Dec 2011) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 2011) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following additional FAR and FAR Supplements provisions and clauses also apply: 52.209-7, Information Regarding Responsibility Matters (FEB 2012) 52.211-6, Brand Name or Equal (AUG 1999) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.211-7003, Item Identification and Valuation (JUN 2011) 252.232-7010, Levies on Contract Payments (DEC 2006) 5352.201-9101, OMBUDSMAN (APR 2010) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible sources may submit a proposal which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-12-R-0027/listing.html)
 
Record
SN02735651-W 20120503/120501235548-c5cdb9cbf8d5511f7db8ec48cf23a9d5 (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.