Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2020 SAM #6804
SOLICITATION NOTICE

R -- Recorded Futures

Notice Date
7/14/2020 12:55:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
ACQUISITIONS - DIPLOMATIC SECURITY ARLINGTON VA 22209 USA
 
ZIP Code
22209
 
Solicitation Number
106920C1136
 
Response Due
7/28/2020 12:00:00 AM
 
Archive Date
01/24/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
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. The solicitation number is 106920C1136 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-07-28 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be ROSSLYN, VA 22209 The Department of State requires the following items, Brand Name Only (Exact Match), to the following: LI 001: PN- P-ANALYTICS ANALYTICS PACKAGE This license includes: -Includes 5 Named User licenses -Configuration: set up and monthly tuning of up to 20 organization specific Intelligence Goals -Training: 1/2 day, onsite, analyst led training on customer-specific Intelligence Goal use cases -Expanded Coverage: Automatic access to thousands of new sources added each year. Request up to 500 specific new sources per year. -Upgrades: Automatic upgrades to the latest version of Analytics platform �Dark web: includes access to realtime and cached data from dark web and dark net sources including information derived from TOR sites, special access message boards and forums. -Includes 5 API credits/day for testing and evaluation -Additional user licenses may be purchased separately Start Date: 09/14/2020 End Date: 09/13/2021, 1, EA; LI 002: PN AOD-12 12 credits for on-demand RFIs (requests for information) or recurring threat reports delivered by Recorded Future Intelligence Services. -Credits expire 1 year from date of purchase -Purchase additional threat reports by purchasing multiple copies of this SKU -Flash Report (1 credit); Threat Profile (3 credits); Weekly Threat Landscape (3 credits per 3 months); Focused Long-Form Intel Report (5 credits) Credits expire 1 year from date of purchase -Purchase additional threat reports by purchasing multiple copies of this SKU -Flash Report (1 credit); Threat Profile (3 credits); Weekly Threat Landscape (3 credits per 3 months); Focused Long-Form Intelligence Report (5 credits) Start Date: 09/14/2020 End Date: 09/13/2021, 1, EA; LI 003: PN- Advanced-1 Advanced User License Advanced User License (See Note 2) Recorded Future - Advanced-1 Real-time alerts and web-based training delivered through Recorded Future University. Advanced users are fully enabled to set up, customize, and manage alerts. Intelligence Services includes onboarding, product training, and a dedicated consultant for ongoing enablement., 4, EA; LI 004: PN- API-50 Hosted one (1) year API subscription license for 50 credits per day with a minimum of 250 credits purchased. � Web services programmatic interface to the Recorded Future dataset - Supports Recorded Future integrations for third party applications Recorded Future - API-50, 5, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer�s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer�s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award. All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f40f3e110b624374bdcf5d27e3e6fbc2/view)
 
Place of Performance
Address: ROSSLYN, VA 22209, USA
Zip Code: 22209
Country: USA
 
Record
SN05720316-F 20200716/200714230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.