Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

70 -- Purchase of QRadar software and maintenance

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W411T0230
 
Response Due
9/6/2011
 
Archive Date
11/5/2011
 
Point of Contact
Albert, 703-428-4518
 
E-Mail Address
HQ USAINSCOM, Directorate of Contracting
(albert.marek@us.army.mil)
 
Small Business Set-Aside
Total 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911W4-11-T-0230 and is issued as a request for quotation (RFQ). This purchase is for QRadar which is anomaly built appliance and software used for network monitoring. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This acquisition is 100% set-aside for small business. The associated NAICS code is 423430 and the small business size standard is 500. The contract line items are: CLIN 0001, QR4-ICX-B-M Q1 Standard Maintenance Qty. (1) Part No. QR4-ICX-B-M, Q1 Labs Standard Maintenance for QR4-ICX-B; Maintenance Term POP: 30 Sep 2011 to 29 Sep 2012. CLIN 0002, QR-2102-NSM-M - Q1 Labs Standard Maintenance Qty. (1) Part No. QR-2102-NSM-M, Q1 Labs Standard Maintenance for QR-21-2-NSM; Maintenance Term POP: 30 Sep 2011 to 29 Sep 2012. CLIN 0003, QR-MAINT-SE - Q1 Labs QRadar SE Maintenance QTY (1) Part No. QR-MAINT-SE, Q1 Labs QRadar SE Maintenance - Maintenance Term POP: 30 Sep 2011 to 29 Sep 2012. CLIN 0004, 3100 Base Appliance QTY (1) Part No. QR-3100-NSM, 3100 Base Appliance and License: Flows/Minute=25,000 (50,000 NetFlows), EPS=1000, Log Sources = 750, Network Objects = 1000 (with 7.0 only, 6.3.1 = 300). Requires QFlow Collector(s) for layer 7 network activity monitoring. Includes 3 TB of onboard storage. CLIN 0005, QR-3100-NSM - Standard Maintenance QTY (1)Part No. QR-3100-NSM-M, Standard Maintenance for QR-3100-NSM; POP to begin upon award. CLIN 0006, QF-1202A-00 QFlow Collector QTY (1) Part No. QF-1202A-00, 1Gbps QFlow Collector - 1000base-T Copper Media Aggregate Speed=2Gbps - Interfaces Include 1 10/100/1000baseT for Management, 4 1000baseT for Monitoring 4 HDX Span connections or 2 FDX TAP Note: 2Gbps requires QRadar 7.0. 6.3.1 supports 1Gbps. CLIN 0007, QF-1202A-00-M Standard Maintenance QTY (1) Part No. QF-1202A-00-M, Standard Maintenance for QF-1202A-00, POP to begin upon award. Delivery date is 20 Sep 2011 after award to Ft Belvoir, Va. Inspection and acceptance is FOB destination. The following provisions and clauses (original, alternate or deviation) pertain to this requirement: FAR 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.225-13, 52.227-19, 52.232-33, 52.233-3, 52.233-4, 52.247-34, 52.252-1, 52.252-2, 52.252-5, 52.252-6, DFARS 252.203-7000, 252.204-7004 Alt. A, 252.232-7003, INSCOM H-27 Army Electronic Invoicing Instructions (Feb 2006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. 1 Wide Area Workflow (WAWF) (see instructions below) 0 Web Invoicing System (WInS)(https://ecweb.dfas.mil) 0 American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) 0 Other (please specify)____________________________________ DFAS POC and Phone:_______________________________________________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) [Contracting Office fill in DFAS location here as indicated on your purchase order/contract] at [Contracting Office fill in DFAS vendor pay phone number here] or faxed to [Contracting Office fill in DFAS vendor pay fax phone number here]. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT[Check the appropriate block] 0 Commercial Item Financing 0 Construction Invoice (Contractor Only) 0 Invoice (Contractor Only) 1 Invoice and Receiving Report (COMBO) 0 Invoice as 2-in-1 (Services Only) 0 Performance Based Payment (Government Only) 0 Progress Payment (Government Only) 0 Cost Voucher (Government Only) 0 Receiving Report (Government Only) 0 Receiving Report With Unique Identification (UID) Data (Government Only) UID is a new globally unique "part identifier" containing data elements used to track DoD parts through their life cycle. 0 Summary Cost Voucher (Government Only) CAGE CODE: [Enter Contractor Cage Code here] ISSUE BY DODAAC: W911W4 ADMIN BY DODAAC: W911W4 INSPECT BY DODAAC: W910QZ ACCEPT BY DODAAC: W910QZ SHIP TO DODAAC: W910QZ LOCAL PROCESSING OFFICE DODDAC: N/A PAYMENT OFFICE FISCAL STATION CODE: HQ0302 EMAIL POINTS OF CONTACT LISTING: N/A INSPECTOR: carol.dumproff@us.army.mil ACCEPTOR: carol.dumproff@us.army.mil RECEIVING OFFICE POC: carol.dumproff@us.army.mil CONTRACT ADMINISTRATOR: albert.marek@us.army.mil CONTRACTING OFFICER: randy.dreyer@us.army.mil ADDITIONAL CONTACT: N/A INSCOM-H-29 Contractor Code of Business Ethics and Conduct (Jan 2009) a. Contractors must disclose, in writing, to the agency Office of the Inspector General (OIG), with a copy to the Contracting Officer, The address for the Department of Defense Inspector General certain information set forth in the clause at FAR 52.203-13, Contractor Code of Business Ethics and Conduct when whenever, in connection with the award, performance, or closeout of this contract or any subcontract thereunder, the Contractor has credible evidence that a principal, employee, agent, or subcontractor of the Contractor has committed- (A) A violation of Federal criminal law involving fraud, conflict of interest, bribery, or gratuity violations found in Title 18 of the United States Code; or (B) A violation of the civil False Claims Act (31 U.S.C. 3729-3733). b. The contractor must send such information to the Inspector General for the Department of Defense at the following address: Office of the Inspector General Department of Defense Investigative Policy and Oversight Contractor Disclosure Program 400 Army Navy Drive Suite 1037 Arlington, VA 22202-4704 Toll free number: 866-429-8011 New equipment ONLY, NO remanufactured, refurbished, or grey market products. To be considered for award, Offerors must be Q1 Labs, Inc. authorized distributors of the product/service they are offering and are required to provide proof of authorization along with their quote. This acquisition is solicited on a "Brand Name" basis in accordance with FAR 13.106-1(b). Configuration and compatibility issues justify the use of brand names. Only Open Market Pricing will be considered. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. Quotes must be valid for thirty (30) days after due date. Offerors must be registered in Central Contractor Registration (CCR). The Government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in this synopsis/solicitation and is most advantageous to the Government based on the lowest price, technically acceptable. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the Offeror's responsibility to visit this website for updates on this synopsis/solicitation. Quotes are due 09 Sep 2011, 10:00 A.M., EST. Responses/offers shall be submitted electronically to albert.marek@us.army.mil. If an item in the solicitation has been discontinued or is unclear, Offerors may contact Albert Marek electronically at albert.marek@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W411T0230/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
SN02554885-W 20110901/110830235307-255bde1a467d2c3bba588afd2c0f5b7a (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.