United States - 70--Cyber Security Software

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
16 September 2019
Opportunity publication date
05 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 04, 2019 10:31 am

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is WP127P-19-Q032A and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-09-16 15:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Kingshill, VI 00851

The National Guard - Virgin Islands requires the following items, Meet or Exceed, to the following:
LI 001: Splunk Enterprise Software/Term Licenses with Standard Success Plan – 50 GB/day

Premium security and non-security data collected

Unlimited users

Use all security relevant data to streamline security operations

Monitor, detect, investigate and respond to threats

Enhance security investigations and improve efficiency

Available as a cloud service

Requires a Splunk Enterprise license

Standard support included (Premium support available), 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, National Guard - Virgin Islands intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - Virgin Islands is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Bid MUST be good for 30 calendar days after close of Buy.

Shipping must be free on board (FOB) destination OCONUS (outside of the Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

52.204-7 -- System for Award Management

52.212-4 -- Contract Terms and Conditions -- Commercial Items

52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders

52.204-13 – System for Award Management Maintenance

52.204-18 Commercial and Government Entity Code Maintenance

52.204-21 – Basic Safeguarding of Covered Contractor Information Systems

52.204-22 – Alternative Line Item Proposal

52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations

(11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding.

52.219-6 -- Notice of Total Small Business Set-Aside

52.219-28 – Post-Award Small Business Program Rerepresentation

52.222-3 -- Convict Labor

52.222-19 -- Child Labor—Cooperation with Authorities and Remedies

52.222-21 -- Prohibition of Segregated Facilities

52.222-26 -- Equal Opportunity

52.222-50 -- Combating Trafficking in Persons

52.225-13 -- Restrictions on Certain Foreign Purchases

52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management

52.232-40 – Providing Accelerated Payments to Small Business Subcontractors

52.233-3 -- Protest After Award

52.233-4 -- Applicable Law for Breach of Contract Claim

52.252-2 -- Clauses Incorporated by Reference Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ http://www.acq.osd.mil/dpap/dars/far.html (End of Clause)

52.252-6 -- Authorized Deviations in Clauses Authorized Deviations in Clauses (Apr 1984) (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 Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation. (End of clause)

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.204-7011 Alternative Line Item Structure

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

this clause is to be included full text. FEDBID terms form does not allow for such a long description. Please see the DFARS full clause online at http://farsite.hill.af.mil/vmDFARA.HTM

252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System

252.225-7000 Buy American--Balance of Payments Program Certificate

252.225-7031 Secondary Arab Boycott of Israel

252.225-7048 Export-Controlled Items

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

WideArea WorkFlow system is required for invoicing this prospective contract. If WAWF is not accessible, invoicing will not be available until access is granted.

252.232-7010 Levies on Contract Payments

252.247-7023 Transportation of Supplies by S

Invoicing is submitted by the WAWF system instructions will be clarified in the contract document.

Opportunity closing date
16 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army FedBid.com -- for Department of Army procurements only United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?