Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
MODIFICATION

D -- Thycotic Software Secret Server Enterprise Password Management Software license maintenance support renewal

Notice Date
1/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-18-Q-0360
 
Archive Date
2/7/2018
 
Point of Contact
Levi S. Andrews, Phone: 4018324740
 
E-Mail Address
levi.andrews@navy.mil
(levi.andrews@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with FAR 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. The Request for Quotation (RFQ) number is N66604-18-Q-0360. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) purchase order for Thycotic Software Secret Server Enterprise Password Management Software license maintenance support renewal. The Sole Make/Model Justification is attached to this notice. No substitutions allowed. CLIN 0001: Base Year - Thycotic Software Secret Server Enterprise Password Management Software license maintenance support 1yr Renewal, Manufacturer. Part Number: HRT-TSS-3004, Quantity: 6, POP: 2/12/2018 - 2/11/2019. CLIN 0002: Option 1 - Thycotic Software Secret Server Enterprise Password Management Software license maintenance support 1yr Renewal, Manufacturer. Part Number: HRT-TSS-3004, Quantity: 6, POP: 2/12/2019 - 2/11/2020. CLIN 0003: Option 2 - Thycotic Software Secret Server Enterprise Password Management Software license maintenance support 1yr Renewal, Manufacturer. Part Number: HRT-TSS-3004, Quantity: 6, POP: 2/12/2020 - 2/11/2021. CLIN 0004: Option 3 - Thycotic Software Secret Server Enterprise Password Management Software license maintenance support 1yr Renewal, Manufacturer. Part Number: HRT-TSS-3004, Quantity: 6, POP: 2/12/2021 - 2/11/2022. CLIN 0005: Option 4 - Thycotic Software Secret Server Enterprise Password Management Software license maintenance support 1yr Renewal, Manufacturer. Part Number: HRT-TSS-3004, Quantity: 6, POP: 2/12/2022 - 2/11/2023. This requirement is being solicited as unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 511210. The Small Business Size Standard is $38,500,000.00. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. 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 apply to this solicitation. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the quote must include all items listed in the CLIN structure above (CLINs 0001-0005), with no substitutions allowed. Note that the Government will evaluate the total quoted price inclusive of all options per FAR 52.217-5. The Government's preferred method of payment is Government Purchase Card unless there is a surcharge to use this payment method, in which case the Government will make Electronic Payment through Wide Area Workflow (WAWF). The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9, and the Electronic and Information Technology Accessibility Requirements that apply to this requirement are 36 C.F.R. § 1194.21, 36 C.F.R. § 1194.22, 36 C.F.R. § 1194.31, and 36 C.F.R. § 1194.41. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor CAGE code, and contractor DUNs number. Offers received after the closing date and time specified will be ineligible for award. All timely offers will be considered. Quotes must be submitted via email to levi.andrews@navy.mil no later than 2:00 p.m. (EST) on 23 January 2018. For questions regarding this acquisition, contact Levi Andrews at levi.andrews@navy.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-01-09 12:33:36">Jan 09, 2018 12:33 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-01-18 11:01:58">Jan 18, 2018 11:01 am Track Changes Amendment 1: The purpose of this amendment is to answer industry questions. The industry questions and answers are as follows: Q 1: Is there an option you prefer for the length and duration of the license? A 1: This requirement is for one (1) base year and four (4) option years for a total of five (5) years. The Period of Performance (POP) for each year is listed in the CLIN structure. Q 2: Are you interested in seeing a Quote for all the listed options? A 2: Yes Q 3: Do you guys have a price requirement you are trying to meet? A 3: This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Q 4: Do you require a GSA vendor? A 4: No All other terms and conditions remain unchanged. Amendment 2: The Purpose of this amendment is to answer industry questions and to expend the RFQ Response Date to no later than 2:00 P.M. (EST) on 23 January 2018. The industry questions are as follows: Q5: On the FBO opportunity you are requesting P/N: HRT-TSS-3004. After speaking with the manufacturer and distributor, we have realized that the part number that you are requesting is not valid. Can you please clarify the part number for this requirement? A5: The manufacturer has confirmed the correct part number to be SS-SPT-1YR. The manufacturer recognizes Part Number HRT-TSS-3004 as the same item. All other terms and conditions remain unchanged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-0360/listing.html)
 
Record
SN04793659-W 20180120/180118231637-64e022c69f4fe50c20c5526a230264f2 (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  © 1994-2020, Loren Data Corp.