SOLICITATION NOTICE
70 -- ArcSight Licenses, Support, and Consultant Services - Combined Synopsis/Solicitation
- Notice Date
- 8/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
- ZIP Code
- 22060-6201
- Solicitation Number
- SCA119922062
- Archive Date
- 10/25/2011
- Point of Contact
- Jonathan W. Buffenbarger, Phone: 7037673508
- E-Mail Address
-
Jonathan.Buffenbarger@DTRA.mil
(Jonathan.Buffenbarger@DTRA.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in 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 Purchase Request Number SCA119922062 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 05-53. This procurement is being issued as a Total Small Business Set Aside. The associated North American Industrial Classification Standard (NAICS) Code is 423430 - Software, computer, packaged, merchant wholesalers. The Defense Threat Reduction Agency (DTRA) intends to award a Firm Fixed Price Purchase Order to procure eight (8) ArcSight licenses, ArcSight license support and ArcSight consulting services delineated within the attached Statement of Work (SOW). The right to make multiple awards or no award is reserved in the event it is advantageous to the Government to do so. This requirement will be accomplished using full and open competition procedures for commercial items. The government requires delivery to be not more than 30 days after receipt of order. Places of delivery are specified within the attached SOW. FAR 52.212-1, Instructions to offerors (Addenda) Submission of Offers: Submit signed and dated offers to the office specified in this synopsis/solicitation at or before the exact time specified in this synopsis/solicitation. Offers may be submitted on letterhead stationery, or as otherwise specified in the synopsis/solicitation. As a minimum, offers must show - (1) The solicitation number; (2) The time specified in the synopsis/solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price and any discount terms; (6) Delivery date after award (Must be able to supply within 30 days after delivery order award) (7) "Remit to" address, if different than mailing address; (8) Tax Identification Number (9) A completed copy of the representations and certifications at FAR 52.212-3 and 252.212-7000 or confirm registration in ORCA; (10) Acknowledgment of Synopsis/Solicitation Amendments; (11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the synopsis/solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the synopsis/solicitation may be excluded from consideration. (12) Provide descriptive literature, brochures, and/or technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the work and products. FAR Clause 52.212-2 -- Evaluation -- Commercial Items (Addenda) (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: (1) Technical capability. The technical capability of the item(s) offered will be evaluated against the Government's requirements as stated in the attached Statement of Work (SOW). (2) 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. The following provisions and clauses are applicable to this acquisition: FAR Clause 52.204-7 Central Contractor Registration FAR Clause 52.211-6 Brand Name or Equal FAR Clause 52.212-1 Instructions to Offerors FAR Clause 52.212-2 Evaluation--Commercial Items FAR Clause 52.212-3 Offeror Representation and Certifications-Commercial Items (Offerors must include a completed copy with offer or confirm registration in ORCA) FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items FAR Clause 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial FAR Clause 52.247-34 F.O.B. Destination FAR Clause 52.252-2 Clauses Incorporated by Reference DFARS 252.201-9000 Project Manager DFARS 252.201-9001 Contracting POC DFARS 252.212-7000 Offeror Representation and Certification-Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items DFARS 252.232-9003 Limitation of Authority DFARS 252.232-9007 Payment Information in Central Contractor Registration (CCR) Database DFARS 252.211-7007 Reporting of Government-Furnished Equipment in the DoD Item Unique Identification (IUID) Registry DFARS 252.232-9012 WAWF Clause All quotes shall include the following contractor administrative data: (1) Commercial and Government Entity (CAGE) Code; (2) Data Universal Numbering Systems (DUNS); (3) Past Performance References; and (3) Tax Identification Number (TIN).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/SCA119922062/listing.html)
- Place of Performance
- Address: 8725 John J Kingman Rd Stop 6201, Fort Belvoir, Virginia, 22060-620, United States
- Record
- SN02531171-W 20110813/110812000043-68af30a63925d52454db8cfa056a1a62 (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 |