The RFP Database
New business relationships start here

BRAND NAME ONLY: EnCase Cyber-Security software


Maryland, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

FedBizOps Synopsis

Title: BRAND NAME ONLY: EnCase Cyber-Security software
Solicitation Number: RFQ-RML1955906


Description:
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ1955906 and the solicitation is issued as a Request for Quotes (RFQ).


This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01/01-22-2019


The North American Industry Classification System (NAICS) code for this procurement is 511210, Software Publishers, with a small business size standard of $38.5 Million. This requirement is set aside exclusively for small business. The acquisition is being competed full and open with brand name restrictions.


The National Institute of Allergy and Infectious Diseases (NIAID) has a brand name requirement for the following item. These supplies will be used in the NIAID, Laboratory of Infectious Disease (LID).


Brand Name Only Requirements:
10000 each CAT# 1000045107 - EnCase Endpoint Investigator Uncapped Component License


10000 each CAT# 1000044837 - EnCase Endpoint Investigator Uncapped Component License Maintenance - base plus 4 option years


Period of performance for license maintenance will be for one year and official dates will be established upon award. Estimated 3/26/2019 to 03/25/2020 for base year
Estimated 3/26/2020 to 03/25/2021 option year one
Estimated 3/26/2021 to 03/25/2022 option year two
Estimated 3/26/2022 to 03/25/2023 option year three
Estimated 3/26/2023 to 03/25/2024 fourth and final option year


Base Year & Option years
(See attachment for more details)

DELIVERY: FOB Point shall be Destination, Rockville, MD. Place of Performance is NIH/NIAID, 5601 Fishers Lane, Rockville, MD 20852


Quote submissions must include the following:
Offeror must include a quote for the base plus all four option years.


The government intends to a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following; capability to meet the requirements, delivery time, warrant, and price and the best value to the government.


The following FAR provisions apply to this acquisition:


FAR 52.212-1 Instructions to Offerors Commercial Items (OCT 2018)


FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (OCT 2018)


Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record)
FAR 52.204-7 System for Award Management (July 2013)
FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.


The following FAR contract clauses apply to this acquisition:


FAR 52-212-4 Contract Terms and Conditions Commercial Items (OCT 2018)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (OCT 2018)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
FAR 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2016)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.217-8 Option to Extend Services Nov 1999
FAR 52.217-9 Option to Extend Term of Contract Mar 2000
FAR 17.207 Exercise of Options
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010)


By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).


Copies of the above-referenced provisions and clauses are available from https://www.acquisition.gov/browsefar
& https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html or, upon request, either by telephone or fax.


Submission shall be received not later than Sunday March 24th, 2019 at 5:00 P.M. EASTERN TIME.


Offers may be mailed, e-mailed to Jesse.weidow@nih.gov
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)


All responsible sources may submit an offer that will be considered by this Agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Jesse Weidow @ Jesse.weidow@nih.gov


 


Jesse Weidow, Purchasing Agent, Email weidowjd@niaid.nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP