Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

70 -- Core Impact Software Renewal

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4-12-T-0125
 
Response Due
9/11/2012
 
Archive Date
11/10/2012
 
Point of Contact
Hugo Alcantara, 703-428-4835
 
E-Mail Address
HQ USAINSCOM, Directorate of Contracting
(hugo.alcantara@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W911W4-12-T-0125 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-60. This is a Brand Name Acquisition for miscellaneous software (see the attached Justification and Approval). This Solicitation is 100% set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The North American Industrial Classification System number is 511210 "Software Publishers" and the Size Standard is $25.0 million. Award will be Firm-Fixed Price (FFP). This requirement will be negotiated and award will be made on the basis of Low Price Technical Acceptability. The ship to address is Fort Belvoir, VA 22060; FOB Destination applies. The vendor shall quote ALL items to be eligible for award. The anticipated Delivery Date is 28 September 2012. Quotes shall reference solicitation #W911W4-12-T-0125 and shall include pricing as follows: ITEM NO 0001 Part # GVT-C101M01Y CORE IMPACT License and Maintenance Renewal: Quantity 7 CORE IMPACT 1 Machine License Subscription Renewal for 1 Year, covering the new period 9/29/2012 through 9/28/2013. The 28 Core Impact Licenses are distributed as follows: License# 1: ACERT RATS License# 2, 3 & 4: 1st IO Com Detachment B License# 5, 6 & 7: 1st IO Com VAD Red Team Maintenance Includes: Services are provided pursuant to CORE's maintenance support policies and includes new updated exploits and modules, new Software Program versions, Phone support Monday-Friday, 7:00am-7:00pm Eastern Time (US), excluding major US holidays, E-mail support 24x7 access to online customer service portal; and unlimited access to weekly web-based product training. ITEM NO 0002 Part # GVT-C101M01Y CORE IMPACT License and Maintenance Renewal: Quantity 21 CORE IMPACT 1 Machine License Subscription Renewal for 1 Year, covering the new period 9/29/2012 through 9/28/2013. The 28 Core Impact Licenses are distributed as follows: License# 8,9,10,11,12 & 13: RCERT-C License# 14,15 & 16: RCERT-E License# 17,18 & 19: RCERT-K License# 20,21,22,23 & 24: RCERT-P License# 25,26,27,28: RCERT-S Maintenance Includes: Services are provided pursuant to CORE's maintenance support policies and includes new updated exploits and modules, new Software Program versions, Phone support Monday-Friday, 7:00am-7:00pm Eastern Time (US), excluding major US holidays, E-mail support 24x7 access to online customer service portal; and unlimited access to weekly web-based product training. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items FAR 52.212-3 Offeror Representations and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; Additional FAR clauses cited in this clause applicable to this acquisition are: 52.203-13 Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note) 52.219-6 Notice of Total Small Business Set-Aside 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). 52.219-28 Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity Mar 2007) (E.O. 11246). 52.222-36 Affirmative Action for Workers With Disabilities Oct 2010) (29 U.S.C. 793). 52.222-50 Combating Trafficking in Persons 52..223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration FAR 52.204-7 Central Contractor Registration DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7004 Alt A Central Contractor Registration Alternate A (Sep 2007) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.211-7003 (Aug 08), Item Identification and Valuation DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.239-7001 Information Assurance Contractor Training and Certification (Jan 2008) Offerors must be registered with Wide Area Work Flow (WAWF) and Central Contractor Registration (CCR) and have a current CCR record prior to receiving an award for this solicitation or for any future awards. For WAWF assistance, visit their website at: https://wawf.eb.mil or contact 843-228-7966. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.sam.gov. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response, which, if timely received, must be considered by the agency. Quotes will be evaluated on best value to the Government. Vendor quotes are due by 12:00 P.M, Eastern, 11 September 2012, and shall be valid for 30 days. The Point of Contact for this requirement is Hugo Alcantara; 703-428-4835; Email Quotes to Hugo.O.Alcantara.ctr@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W4-12-T-0125/listing.html)
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
 
Record
SN02867017-W 20120906/120905000933-f567502c13a2c13d51fe094857af46e4 (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.