Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2012 FBO #3750
SOLICITATION NOTICE

70 -- PURCHASE NETFLOW ANALYZER SOFTWARE - JOTFOC

Notice Date
2/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-12-Q-PC2128
 
Archive Date
3/23/2012
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification for Other Than Full and Open Competition This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request For Quote number RFQ HSCG44-12-Q-PC2128. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-55. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 423430. The SBA size standard in Employees is 100. This is Not a Small Business Set-Aside, due to this acquisition being a Brand Specific Procurement it is not anticipated by the Contracting Officer that the number of responses to this RFQ will provide ample responses to warrant a SB Set-A-Side, therefore IAW FAR 19.502-2(a) This IS NOT A Small Business Set-A-Side. Due to the Coast Guard determining that Manage Engine Network Analyzer Software is the best software for CG One, the items are to be "Named Brand" specific and therefore are to be manufactured by ZOHO Corporation Only. Substitute proposed Brands will NOT be considered for Award. Requirement is for 1 each of: Manage Engine Netflow Analyzer Enterprise Edition, Licensing Model for 250 Interfaces Pack and 1 each Annual Maintenance and Support Fee for 250 Interfaces. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Request for drawings/specs will be disregarded. Items are to be new items. Used or Refurbished items are not acceptable. Substitute proposed Brands will NOT be considered for Award. Any Contractors that are authorized ZOHO Corporation Re-sellers/ Distributors are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops Solicitation. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. The Required Delivery Date is 30 Days ARO. Unless otherwise stated all items will be required to be shipped to the USCG C3CEN 4000 Coast Guard Blvd., Portsmouth, VA 23703-2199. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Mar/08/2012@7:00AM EST. Email quotes to the POC James A. Lassiter, Contracting Officer, james.a.lassiter@uscg.mil. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Prices and Delivery Information by MAR/08/2012@7:00AM EST. Delivery Information is to include the Shipping Terms the Offerer is proposing, FOB Origin or FOB Destination. FOB Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. Required Delivery Date is 30 Days ARO. Anticipated Award Date for the PO Contract is MAR/08/2012, this date is approximate and not exact. Schedule B: Line Item 1: 1 EA of- Manage Engine Net Flow Analyzer Enterprise Edition, Licensing Model for 250 Interface Package Line Item 2: 1 EA of- Manage Engine Net Flow Analyzer Enterprise Edition, Annual Maintenance and Support Fee for 250 Interfaces PLEASE NOTE: THIS IS NOT A SMALL BUSINESS SET-A-SIDE. The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2011) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (JUNE 2010) with the following addendas: The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (JAN 2012), FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR) (Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O. 12722, 12724, 13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Justification for Other Than Full and Open Competition There are many network software companies that offer network monitoring software. However, we have identified that Network Analyzer Software is the best tool. (1) Identification of the agency and the contracting activity, and specific identification of the document as a Justification for other than full and open competition. United States Coast Guard Command, Control, & Communications Engineering Center (C3CEN), Portsmouth, VA. (2) Nature and/or description of the action being approved. Purchase of Netflow Analyzer Software Enterprise Edition as part of the process for developing web services application for SAROPS. The project requires the ability to analyze the bandwidth used on CGDN and minimize the impact to other network traffic. TISCOM Approved Waiver#: 2012-TIS-645 (3) A description of the supplies or services required to meet the agency's needs. Search and Rescue Optimal Planning System (SAROPS) is the Coast Guard's Mission Essential Application (MEA) for use as a Search and Rescue tool. It is currently deployed as a Terminal Server (TS) application residing on a number of distributed terminal servers. SAROPS has been in service in its current configuration since 2004 and the currently deployed version is 1.3. As technology advances, so does the need for the CG to evolve its MEAs to continue to meet current and future needs. As a TS application, SAROPS is dependent on locally installed supporting applications (such as ESRI ArcDesktop). The next generation of SAROPS is planned as a Web Service (WS) application that can be accessed and run from the internet browser of any computer or mobile devices. To accomplish this, the existing equipment will be eventually replaced with web servers. There will be multiple data centers to house these web servers. We need a network monitoring software that could do the tasks listed in the table below. There are many network software companies that offer network monitoring software. However, we have identified that Network Analyzer Software is the best tool. This software is the approved software for use on CG One. Features required for System Monitoring Tool Netflow Analyzer by Zoho Corporation Measure data throughput Identify traffic flow Capture network related statistics: - Bandwidth - Throughput - Bandwidth utilization - Offered load - Accuracy - Efficiency - Delay (latency) and delay variation - Response time Application Monitoring: - Number of users - Number of sessions per user-day - Average duration of session - Average number of simultaneous sessions - Peak data rate Burst Duration Busy period - Mean data rate - Min data rate - Multi-cast, etc. Total Estimated Value: $10,000.00 (4) An identification of the statutory authority permitting other than full and open competition. 6.302-1(c), Application for brand name descriptions. An acquisition that uses a brand name description or other purchase description to specify a particular brand name, product, or feature of a product, peculiar to one manufacturer does not provide for full and open competition regardless of the number of sources solicited. It shall be justified and approved IAW FAR 6.303 and 6.304. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. As project engineer, I know there are numerous manufacturers of network analyzers that may meet the project requirements. Without seeking approval for other manufactures/models we are constrained to the currently approved items. In the past the project has sought waivers to connect non-standard equipment to the CGDN+. We were required to provide three units of the desired equipment to TISCOM for evaluation (to be retained at TISCOM and not to be returned). We provided over $100K of servers for this certification and were required to wait for such before deployment. The project does not have the luxury of time or resources for this purchase and wish to proceed with standard item procurement. This procurement is for a "Named Brand" product, which under the requirements of 6.302-1(b) requires a justification for other than "full and open competition" even though this product is available from multiple sources. As indicated, in the past the project has sought certification and/or waivers for non-standard products. If those products connect to the CGDN+, certification/waiver is time consuming and could be expensive. While other manufacturer switches may be evaluated and subsequently approved for installation on CGDN+, this too would require additional time and resources. Though not precisely calculable, estimates for this effort range from $50K and 6 months - upwards. Though C3CEN may submit a request to the network authority for this evaluation and approval, it is outside the scope of C3CEN authority to perform the evaluation. There are many network software companies that offer network monitoring software. However, we have identified that Network Analyzer Software is the best tool. This software is only manufactured by ZOHO Corporation. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. RFP will be posted on FEDBIZOPS with statement that any Contractor that feels that they can provide these Supplies or Services as listed may provide a Quotation (7) A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. Market research revealed there are other sources that provide this name brand product (8) A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. Market research was conducted and the contractor's found in item 10 expressed an interest by providing pricing during that time. (9) Any other facts supporting the use of other than full and open competition, such as: None at this time. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. SHI International Corporation, Dallas TX Insight Public Sector, Liberty Lake, WA (11) A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. None at this time. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. This justification is accurate and complete to the best of my knowledge and belief. The anticipated cost to the Government is determined to be fair and reasonable. James A. Lassiter, Contracting Officer I certify this procurement meets the Governments minimum need and that the supporting data, which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief. Carol Nguyen Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PC2128/listing.html)
 
Record
SN02685024-W 20120301/120228235403-53925880b646aaa3426bbfcb690e8092 (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.