SOLICITATION NOTICE
70 -- Continued Software Technical Services and Hardware Warranty for OWL File Transfer Systems - JOFOC
- Notice Date
- 9/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of Justice, Offices/Boards/Divisions, National Security Division, 950 Pennsylvania Avenue, NW, Room 6150, Washington, District of Columbia, 20530
- ZIP Code
- 20530
- Solicitation Number
- DOJ-NSD-16-0088
- Archive Date
- 10/12/2016
- Point of Contact
- Matthew J. DeWane, Phone: 2025144917, SheilaGear Israel, Phone: 2023070062
- E-Mail Address
-
matthew.dewane@usdoj.gov, sheila.g.israel@usdoj.gov
(matthew.dewane@usdoj.gov, sheila.g.israel@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- Justification and Approval for Other than Full and Open Competition The U.S. Department of Justice, National Security Division (NSD) intends to award a sole source purchase order to Owl Computing Technologies, 38 A Grove Street suite 101, Ridgefield, CT 06877 for software technical services (QTY 4) and hardware warranty (QTY 4) on equipment previously purchased by the NSD from Owl Computing Technologies. Owl Computing Technologies offers a physical one-way that is Common Criteria Certified, patented by the US Government (Sandia National Laboratories) and is exclusively licensed. Owl Computing Technologies is currently the only company capable of providing data diode technology solutions (see U.S. Patent Number 5703562). Software Technical Services includes 24/7, 365 day access to telephone and electronic support as well as application software and communication card software upgrades, improvements, and modifications. The hardware warranty provides for replacement of communications cards if they become inoperable. This requirement has a Section 508 E&IT Exception in accordance with FAR 39.204(b) - is for a national security system. The exception is documented and filed in the contract folder. Therefore, requested items are not required to be compliant with Section 508 for this requirement. FAR Subpart 12.6, Subpart 13.106 and Subpart 13.5 as supplemented with additional information included in this notice are applicable to this requirement. FAR 52.212 3, Offeror Representations and Certifications Commercial Items, must be completed and included with any and all quotes submitted in response to this synopsis. FAR Clauses 52.212 4, Contract Terms and Conditions Commercial Items and 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. All referenced FAR clauses may be copied at https://www.acquisition.gov/?q=browsefar. DOJ Security Requirements: NOTICE OF CONTRACTOR PERSONNEL SECURITY CLEARANCE REQUIREMENTS - Where performance under this contract/task or delivery order/call requires contractor personnel to have access to Department of Justice (DOJ) information, systems or facilities, contractor personnel will be subject to the background clearance requirements of Homeland Security Presidential Directive (HSPD)-12, OMB Guidance Memorandum M-05-24, FIPS Publication 201 and DOJ policy implementing HSPD-12 requirements. Background clearance requirements are determined by the risk level of each position, type of access and length of access required. Further information on background security clearance requirements applicable to contractor personnel proposed for performance on this contract/order/call may be obtained from the Contracting Officer. All contractor personnel must meet the DOJ Residency Requirements. He/She must have lived in the United States three of the last five years immediately prior to start of performance on this contract/order/call, and/or worked for the United States overseas in a federal or military capacity, and/or be a dependent of a federal or military employee serving overseas. Specific limited waiver request requirements - contractor personnel performing duties for a cumulative total of 14 days or less where there is a critical need for their specialized and unique skills (as solely determined by the Government) may be proposed for a waiver of the Residency Requirement by the contractor. Contractor personnel who are non-US citizens proposed for such a waiver of the Residency Requirement must be from a country allied with the United States (Since the countries on the Allied Countries List are subject to change, the contractor may review the following website for current information: http://www.opm.gov/employ/html/Citizen.htm. For contracts/orders/calls where access to DOJ information systems is involved, non-US citizens are not permitted to have access to or assist in the development, operation, management or maintenance of any DOJ IT system, unless a waiver is granted by the head of the Component, with concurrence of the Department Security Officer (DSO) and DOJ Chief Information Officer (CIO). Any such waiver must be in writing and be obtained prior to allowing any contractor employee who is the subject of the waiver request to begin work under this contract/order/call. The above requirements apply to any and all contractor employees requiring access to DOJ information systems or facilities, including subcontractor personnel, if applicable. CONTRACTOR EMPLOYEE RESIDENCY REQUIREMENT - All contractor employees assigned to this contract and working within the United States shall meet the DOJ Residency Requirement. The Residency Requirement states that, for three of the five years immediately prior to applying for a position, the individual must have: 1) resided in the United States; 2) worked for the United States overseas in a Federal or military capacity; or 3) be a dependent of a Federal or military employee serving overseas. This requirement can be waived for short-term (i.e., those employees performing duties for a cumulative total of 14 days or less) if there is a critical need for their specialized or unique skills (for example, interpreters for rare foreign languages). These individuals must be United States citizens or Permanent Resident Aliens. A waiver request from the head of the Component outlining the extenuating circumstances along with the requisite contractor clearance package shall be submitted through the Contracting Officer's Technical Representative (COTR) to the Department Security Officer (DSO) for approval. Each waiver request will be reviewed by the DSO and a determination made on a case-by-case basis. Additionally, a contractor employee who is not a U.S. citizen must be from a country allied with the United States. Since the countries on the Allied Countries List are subject to change, the head of the Component shall review the following website for current information: http://www.opm.gov/employ/html/Citizen.htm. NON-U.S. CITIZENS PROHIBITED FROM ACCESS TO DOJ INFORMATION TECHNOLOGY (IT) SYSTEMS - The Department of Justice does not permit the use of Non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ IT system. By signing the contract or commitment document, the contractor agrees to this restriction. In those instances where other non-IT requirements contained in the contract or commitment can be met by using Non-U.S. citizens, those requirements shall be clearly described. The North American Industry Classification System (NAICS) is 334118 with a business size standard of 1000 employees. Due to the proprietary nature of the software, this contractor has been found to be the only known source to perform this requirement. Interested parties must submit a written proposal detailing product information that demonstrates ability to provide software support services. Quotes are to be sent to Matthew DeWane to email address matthew.dewane@usdoj.gov by September 27, 2016, oral quotations will not be accepted. Telephone calls will not be accepted, as no solicitation document exists.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/NSD/DOJ-NSD-16-0088 /listing.html)
- Place of Performance
- Address: U.S. Department of Justice, 950 Pennsylvania Avenue, NW, Washington, District of Columbia, 20530, United States
- Zip Code: 20530
- Zip Code: 20530
- Record
- SN04281885-W 20160923/160921235213-356a8e21d744ca2eb3236c2e35ce70c8 (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 |