Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
MODIFICATION

70 -- Websense Web Security Subscription and Premium Support

Notice Date
7/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VUJ02172AC02
 
Archive Date
8/21/2012
 
Point of Contact
Joyce K. Wright,
 
E-Mail Address
joyce.wright@us.af.mil
(joyce.wright@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial supply and/or 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 F2VUJ02172AC02. This acquisition is a small business set-aside. The 6th Contracting Squadron (6 CONS), MacDill AFB, Florida, is looking purchase a brand name or equal Websense Web Security Subscription and Premium Support. DESCRIPTION OF REQUIREMENT CLIN 0001 (12 mo) Base Year - Websense - 12 Month Renewal Security Suite 2501-5000 Corporate, Part Number SS-Q-CP12-R Period of Performance: Oct 1 2012 - Sep 30 2013 CLIN 0002 (12 mo) Base Year - 12 Month New Premium Support 1001 + users, Part Number PS-Z-CP12-N Period of Performance: Oct 1 2012 - Sep 30 2013 CLIN 1001 (12 mo) Option Year One - Websense - 12 Month Renewal Security Suite 2501-5000 Corporate, Part Number SS-Q-CP12-R Period of Performance: Oct 1 2013 - Sep 30 2014 CLIN 1002 (12 mo) Option Year One - 12 Month New Premium Support 1001 + users, Part Number PS-Z-CP12-N Period of Performance: Oct 1 2013 - Sep 30 2014 CLIN 2001 (12 mo) Option Year Two - Websense - 12 Month Renewal Security Suite 2501-5000 Corporate, Part Number SS-Q-CP12-R Period of Performance: Oct 1 2014 - Sep 30 2015 CLIN 2002 (12 mo) Option Year Two - 12 Month New Premium Support 1001 + users, Part Number PS-Z-CP12-N Period of Performance: Oct 1 2014 - Sep 30 2015 CLIN 3001 (12 mo) Option Year Three - Websense - 12 Month Renewal Security Suite 2501-5000 Corporate, Part Number SS-Q-CP12-R Period of Performance: Oct 1 2015 - Sep 30 2016 CLIN 3002 (12 mo) Option Year Three - 12 Month New Premium Support 1001 + users, Part Number PS-Z-CP12-N Period of Performance: Oct 1 2015 - Sep 30 2016 FAR 52.232-19 -- Availability of Funds for the Next Fiscal Year. Funds are not presently available for performance under this contract beyond 30 Sep 2012. The Government's obligation for performance of this contract beyond that date 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 for performance under this contract beyond 30 Sep 2012, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. This is a Brand Name or Equal requirement. Any Or Equal proposal received will be sent to the technical advisor for compatibility or functionality. The Government also reserves the right to make no award at all. The following salient characteristics MUST be met when submitting an "or equal": USSOCOM personnel must use legitimate web applications, click links, and use other online media products without putting the network at risk from websites with malicious code, Peer-to-Peer (P2P) applications, Instant Messaging (IM), or inappropriate content. USSOCOM requires the capability to maintain and sustain current operational capabilities to support forensic analysis and operational security (OPSEC) analysis requirements for all networks and devices within their architecture. USSOCOM networks' defense-in-depth requirements, as directed by CJCS 6510.01D, Information Assurance and Computer Network Defense (CND), support the warfighter in the global war on terrorism by providing a secure transport of data to and from worldwide locations. One of the aspects of this requirement is to provide URL filtering of web data that is transported or resides on our networks. URL filtering identifies certain types of websites, such as, known malicious sites and sites that display inappropriate or pornographic materials, and allows or blocks access to the sites based on predefined URL categories. This type of software is already in use on the USSOCOM network and needs to be renewed. Proposed solution for USSOCOM must: Utilize a database that is the result of a network of technology and human intelligence that creates an adaptive feedback network that uses more than 50 million real-time data collecting systems to parse one billion pieces of content daily. This allows the URL filtering software to provide the most advanced content classification, data identification, and security filtering available to mitigate risks to USSOCOM data and productivity. This adaptive feedback network should leverage a host of advanced analytics including rules, signatures, heuristics, behavior analysis, Web reputation services, and URL categories. The command is requesting 4500 licenses be renewed. Any or equal product that is proposed for this solution should include up front costs that have already been incurred with Websense. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 effective 18 May 2012, DFAR DCN 20120615, and AFFAR AFAC 2012-0330. The North American Industry Classification System code (NAICS) is 541519, Other Computer Related Services. The Standard Industrial Classification (SIC) is 7379, Computer Related Services, Not Elsewhere Classified. A firm fixed price contract will be awarded. All interested parties must bid on all items. 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement - Offeror must describe how the proposed solution meets or exceeds ALL capabilities in the attached document. Failure to do so will result in the offer being considered non-responsive. (ii) price; (iii) past performance (see FAR 15.304); - offeror shall provide 3 recent and relevant references (recent = within the past 5 years, relevant = similar to this effort in size and scope) Technical and past performance, when combined, are more important, when compared to price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) DELIVERY ADDRESS: Product is procured on behalf of HQ USSOCOM-J62, 7701 Tampa Point Blvd., MacDill AFB, 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 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; 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 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 204.10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-14, Limitations on Subcontracting Plan; FAR 52.219-28, Post Award Small Business Program Rerepresentation; 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, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.217-8, Option to Extend Services (fill-in = 30 days); FAR 52.217-9, Option to Extend the Term of the Contract (Fill-ins = 30 days, 60 days respectively); FAR 52.232-18, Availablity of Funds; 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, Required Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.211-7003, Item Identification and Valuation; 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: FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodies; DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Notification of Transportation of Supplies by Sea. 5352.201-9101 Ombudsman. As prescribed in 5301-9103, insert the following clause: OMBUDSMAN (APR 2010) (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 Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.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) 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. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Monday, August 6, 2012, by 9:00 a.m. EST. Submit offers or questions to the attention of Joyce Wright, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to joyce.wright@us.af.mil. No phone calls will be accepted. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-07-12 13:57:22">Jul 12, 2012 1:57 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-07-20 11:20:48">Jul 20, 2012 11:20 am Track Changes We are sticking with the premium. Sorry for any inconvenience.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJ02172AC02/listing.html)
 
Place of Performance
Address: 7701 Tampa Point Blvd, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02810826-W 20120722/120721000001-d85b8342be77f5d5c9d44908c9865429 (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.