Splunk Licenses & Maintenance Coverage
The purpose of Amendment 001 is to update the system stated response date to align with the narrative response date below. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THA... The purpose of Amendment 001 is to update the system stated response date to align with the narrative response date below. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-19-Q-3349. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type order. The Government's minimum specifications are brand name only, no substitutions allowed (See attached Brand Name Specification) [part numbers out lined in the tables below]: CLINS Splunk Part No. Description/Title QTY. Unit Unit Cost Extended Unit Cost 0001 SEU-P-LIC Splunk Enterprise Upgrade - Perpetual License for 85 GB/day 1 Each 0002 SEU-P-ST Splunk Enterprise Upgrade - Standard Support Services *POP begins on date of award and is valid until 1 year thereafter 1 Year 0003 ES-P-LIC Splunk Enterprise Security - Perpetual License for 170 GB/day 1 Each 0004 ES-P-ST Splunk Enterprise Security - Standard Support Services *POP begins on date of award and is valid until 1 year thereafter 1 Year This procurement is 100% set aside for small business as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 511210; the Small Business Size Standard is $38,500,000.00. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations, 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, and 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the offeror must provide the following: (1) a quote including all of the part numbers listed in the table above. No partial quotes will be accepted. (2) offerors shall provide brand name specific items required by this solicitation, no substitutions allowed, as specified in the attached Brand Name Specification. (3) Offerors must be authorized resellers and shall provide reseller status. The Government will verify reseller status with the manufacturer. The Government will also consider past performance information contained in SPRS whereby negative past performance and delivery information may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. Section 508 applies to this solicitation, see clause C-239-W001 below: C-239-W001 - ELECTRONIC AND INFORMATION TECHNOLOGY (EIT) ACCESSIBILITY STANDARDS/SECTION 508 COMPLIANCE (NAVSEA) (OCT 2018) (a) Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for product(s)/service(s) procured under this solicitation. (b) Each Electronic and Information Technology (EIT) item or service provided under this contract shall comply with the EIT Accessibility Standards listed below: __X__ 36 C.F.R. § 1194.21 - Software applications and operating systems __X__ 36 C.F.R. § 1194.22 - Web-based and internet information and applications _____ 36 C.F.R. § 1194.23 - Telecommunications products _____ 36 C.F.R. § 1194.24 - Video and multimedia products _____ 36 C.F.R. § 1194.25 - Self-contained, closed products _____ 36 C.F.R. § 1194.26 - Desktop and portable computers __X__ 36 C.F.R. § 1194.31 - Functional Performance Criteria __X__ 36 C.F.R. § 1194.41 - Information, Documentation, and Support (c) For more information on Voluntary Product Accessibility Template (VPAT) and Government Product/Service Accessibility Template (GPAT) please refer to: http://www.buyaccessible.gov/ or http://www.section508.gov/content/sell/vpat. (d) The Contractor shall comply with the VPAT or GPAT document submitted. If the Contracting Officer determines that any item or service delivered under this contract does not comply with the EIT Accessibility Standards, the Contracting Officer will notify the Contractor in writing accordingly. If the Contractor fails to promptly correct or replace the nonconforming products or services with conforming products or services within the delivery schedule contained in the contract, the Government will have the rights and remedies contained in the basic contract. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far The required delivery is ten (10) days after receipt of order, F.O.B. Destination is Newport, RI 02841. The offeror shall specify the delivery lead time in the quote. If no surcharge is applicable, the Government's preferred payment method is via credit card. Otherwise, electronic payment via Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award. The quote may be submitted through FedBizOpps and must be received on or before Thursday, August 29, 2019, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Kate Arsenault at kate.arsenault@navy.mil or 401-832-7433.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »