SOLICITATION NOTICE
70 -- Social Media Imposter - ZeroFox SaaS - Attachments
- Notice Date
- 8/30/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-18-Q-OAVI
- Archive Date
- 9/28/2018
- Point of Contact
- Lacey N. Hocutt, Phone: 6095624118
- E-Mail Address
-
lacey.n.hocutt.civ@mail.mil
(lacey.n.hocutt.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW RFQ Letter Redacted LSJ 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. (ii) The solicitation W15QKN-18-Q-0AVI utilizing the attached request for quote (RFQ) letter. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. (iv) This will be a 100% set-aside for small businesses and the associated NAICS code is 511210 with a small business size standard of $38,500,000.00. (v) A suggested list of line item structure is provided in the RFQ Letter. (vi) Description of requirements: The US Army Criminal Investigation Command (USACIDC) has a requirement for ZeroFox Software-as-a-Service (Saas), providing a worldwide web-based access social media impostor mitigation service required for use in criminal investigations and the other missions conducted by the USACIDC and the Computer Crime Investigative Unit, (CCIU), in Quantico, VA. This is a Software as a Service (SaaS) solution via software subscription that is cloud compatible. There is a brand name restriction to provide a ZeroFox SaaS solution additionally, the market research report determined there are several small business who are resellers of the product. The period of performance is from date of award through 1 year thereafter, with 3 (1-year) options that may extend the cumulative term of contract to 4 years. (vii) Tentative Period of Performance: 28 September 2018 through 27 September 2021. Place of delivery/acceptance/FOB point: The SaaS solution will be delivered within one (1) business day via web access to the POC with CIDC. The following FAR provisions are applicable: (viii) 52.212-1- "Instructions to Offerors - Commercial" (ix) 52.212-2- "Evaluation -- Commercial Items," will be used and the evaluation criteria will be based on Lowest Price Technically Acceptable (LPTA). (x) 52.212-3- "Offeror Representations and Certifications -- Commercial Items" (xi) 52.212-4- "Contract Terms and Conditions -- Commercial Items" (xii) 52.212-5- "Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items" (xiii) Contract financing arrangements or warranty requirements (other than customary commercial practices) have been determined by the contracting officer not necessary for this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable: N/A (xv) Quotes are due - 13 September @ 12:00PM EST. (xvi) Point of Contact for Solicitation W15QKN-18-Q-0AVI - Contract Specialist, Lacey Hocutt, 609-562-4118 or lacey.n.hocutt.civ@mail.mil. Attachments: 1) SOW 2) RFQ Letter 3) Limited Source Justification (LSJ) Brand Name
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/abf3bcb7528ee6a081b5f9b2fe3bfac8)
- Place of Performance
- Address: N/A; online web-based., Quantico, Virginia, United States
- Record
- SN05064805-W 20180901/180830231624-abf3bcb7528ee6a081b5f9b2fe3bfac8 (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 |