Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2018 FBO #5976
MODIFICATION

D -- Cisco Identity Services Engine Migration

Notice Date
4/2/2018
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-18-Q-0013
 
Archive Date
4/20/2018
 
Point of Contact
Jeff Moore, Phone: 904-823-0550
 
E-Mail Address
jeffrey.d.moore14.mil@mail.mil
(jeffrey.d.moore14.mil@mail.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 solicitation is issued as a request for quotation (RFQ). This synopsis/solicitation is issued for commercial services in accordance with FAR Part 13-Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 effective November 6, 2017, and DPN 20171228 effective December 28, 2017. This acquisition is set-aside for 100% Small Business Concerns. NAICS 541519, Other Computer Related Services (size standard of $27.5 Million). Attention is brought to the requirement of clause 52.219-30, the SB concern will perform at least 50 percent of the cost of the contract incurred for personnel with its own employees. Quotes are due April 5, 2018 at 4:00 pm Eastern. Quote pricing, representations and other documentation shall be uploaded to www.fbo.gov. PLEASE UTILIZE THE PACKAGE UPLOAD FEATURE IN ELECTRONIC SUBMISSION/RESPONSES TO SUBMIT RESPONSES. Oral, faxed, emailed, and mailed quotations will not be accepted. Any questions shall be addressed in writing no later than March 27, 2018 at 11:00 am Eastern to Jeff Moore, Contracting Officer, at email Jeffrey.d.moore14.mil@mail.mil Questions and answers will be posted with the synopsis/solicitation at www.FBO.gov. Description of requirement: The Florida Army National Guard (FLARNG) requires a contractor, with documented past performance, to migrate its current Access Control System (ACS) environment over to Cisco ISE as well as integrate dynamic authentication and authorization capabilities into their existing infrastructure, leveraging Cisco Identity Services Engine (ISE). The CISCO ISE equipment has already been installed into racks and attached to the existing FLARNG network. No ISE configurations or software installation has been conducted. This project will migrate the current ACS environment, initially install ISE into the environment for 802.1x in a proof of concept capacity, test and document the use cases developed with the FLARNG, and perform informal training on the as-­built system for preparation of the FLARNG to install into the production network. The vendor will also assist the FLARNG with a limited scope test rollout moving into production. For the wired network, up to 96 ports on up to 2 switches will be configured for authentication, authorization, and profiling. Performance Standards: In accordance with the Performance Work Statement (PWS), the contractor shall provide all management, labor, material, equipment, certifications and supplies necessary to migrate its current Access Control System (ACS) environment over to Cisco ISE. Contract Line Item Numbers (CLINs): See FBO for Electronic Submission Best Value Determination: In accordance with FAR 13.106-2(b), award decision will be based on the following factors to determine the quote providing the best value to the government. These factors are not ranked in order of importance and are not weighted. a. Price b. Technical Acceptability based on ability to meet the required tasks and associated deliverables as stated in the PWS. c. Past Performance Submittal requirements: Contractors shall submit quotations and information required by the applicable provisions which outline the following: 1. Firm Fixed Price for all work and deliverables identified in the Performance Work Statement. Pricing for each Priced CLIN through FBO; 2. Documentation to clearly demonstrate that your firm has successfully completed work of the size and scope previously. One project (government or commercial) is required at a minimum. 3. Documentation to clearly convey to the Government the offeror's understanding of the contract requirements. Submission of the PWS or "parroting" requirements of the PWS is not sufficient as a submittal of understanding of scope. 3. If a teaming agreement is used to support this RFQ, the completed teaming agreement shall be submitted with the quote. Failure to provide the completed teaming agreement will deem the quote non-responsive, and will not be considered for award. 4. Proposals must also include completed representations and certifications in the provision 52.212-3 Alt. I. If the offeror has completed 52.212-3 Alt I in SAM.gov, include the appropriate certification for NAICS and size standard in this solicitation. By submitting a quote, the offeror makes the following representations: FAR 52.209-02 Prohibition on Contracting with Inverted Domestic Corporations-Representation; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation. (required if not included in 52.212-3 Alt I in SAM); DFARS 252.225-7031 Secondary Arab Boycott of Israel; In addition to the above, Complete the following and submit with quotation: The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. Ensure the version of provision in SAM included paragraphs (h) and (q) or include with quote. If not on SAM.gov, submit a completed copy. 52.212-3 Alt 1 (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAMwebsite. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (r) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (1) As required by section 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless and agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (2) The Offeror represents that-- (i) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (ii) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text; 52.204-22 - Alternative Line Item Proposal FAR 52.209-02 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items.Alt 1; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.225-7031 Secondary Arab Boycott of Israel; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). FAR 52.252.5 Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) DFARS 252.247-7022 Representation of Extent of Transportation by Sea. (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it- _____ Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. _____ Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) This solicitation incorporates one or more solicitation clauses by reference, with the same force and effect as is they were given in full text; FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act. FAR 52.222-44 -- Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment. FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the following applicable clauses in paragraph (b): FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10 Prohibition on contracting with Inverted Domestic Corporations; FAR 52.219-6 -- Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-41, Service Contract Labor Standards; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts; FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; FAR 32.232-39-Unenforceability of Unauthorized Obligations; FAR 52.232-40 -- Providing Accelerated Payment to Small Business Subcontractors; FAR 52.233-3 -- Protest After Award FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.237-7, Indemnification and Medical Liability Insurance (*At least the minimum amounts required in the State of Florida); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors; DFARS 252.223-7008 Prohibition of Hexavalent Chromium; DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7048 Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.243-7002 Requests for Equitable Adjustment. DFARS 252.244-7000 Subcontracts for Commercial Items; DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.232-7006 Wide Area Workflow Payment Instructions; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea FAR 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. Note: The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil. Notice: Contractor performance may be evaluated in accordance with policy at FAR 42.1502. Note: Contractor will be required to utilize Wide Area Workflow (WAWF) for electronic submission of payment requests (https://wawf.eb.mil/) Notice for Service Contract Act: Applicable SCA Wage Determination--Wage Determination No.: Camp Blanding, 2015-4539 Rev 5 dated 01/10/2018 See www.wdol.gov But see clause 52.222-55 for minimum wage set by Executive Order 13658 Statement of Equivalent Rates for Federal Hires: GS-0600 - Information Technology Management Series; GS-11 through GS-12 Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-03-29 20:41:21">Mar 29, 2018 8:41 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-04-02 14:20:35">Apr 02, 2018 2:20 pm Track Changes Amendment 03: This amendment updates the Performance Work Statement, Paragraph 1.3, to change the project completion date from 30 April 2018 to 30 May 2018. Extends the response date from 2 April 2018 at 12:00PM EDT to 5 April 2018 at 4:00PM EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-18-Q-0013/listing.html)
 
Record
SN04874769-W 20180404/180402230906-dfbeb009350aaa52d2022cd00312154c (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.