Federal Bid

Last Updated on 05 Dec 2019 at 6 PM
Combined Synopsis/Solicitation
Newport Rhode island

HCL Security AppScan Subscription

Solicitation ID N66604-19-Q-0957
Posted Date 23 Aug 2019 at 5 PM
Archive Date 05 Dec 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Newport Rhode island United states
 

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-0957. This is a follow-on to N66604-18-F-1499.

The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order for the annual renewal of HCL Security AppScan Subscription and Support services, no substitution allowed, as specified in Attachment #1 Brand Name Specification, for the following items:

 

Line Item

Part Number

Description

Qty

Unit Cost

Extended Unit Cost

0001

E046DLL

HCL Security AppScan Standard Floating User Single Install Annual SW Subscription & Support Renewal

1

 

 

0002

E06GHLL

HCL Security AppScan Enterprise Reporting Only User Floating User Single Install Annual SW Subscription & Support Renewal

1

 

 

0003

E086NLL

HCL Security AppScan Source for Development Authorized User Single Install Annual SW Subscription & Support Renewal

1

 

 

0004

E08KGLL

HCL Security AppScan Source for Analysis Floating User Single Install Annual SW Subscription & Support Renewal

1

 

 

0005

E0CRBLL

HCL Security AppScan Enterprise Server Basic Install Annual SW Subscription & Support Renewal

1

 

 

 

This procurement is a small business set-aside 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 $38.5M.

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The provision at FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction, FAR 52.212-1, Instructions to Offerors Commercial Items, and FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses FAR 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this solicitation. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third Party Contractor Reported Cyber Incident Information applies to this solicitation.

This requirement will be awarded to an authorized HCL reseller with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the offeror must provide the following: (1) a proposal including all of the part numbers listed in tables 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 Justification. 

The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. A Section 508 applies to this solicitation; see 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

X

36 C.F.R. § 1194.31 - Functional Performance Criteria

X

36 C.F.R. § 1194.22 - Information, Documentation, and Support

 

Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far

The required period of performance is 01 September 2019 - 31 August 2020, F.O.B. Destination is Newport, RI 02841.

If no surcharge is applicable, the Government's preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation.

Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far

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 quotes may be submitted via email to the below address and must be received on or before Tuesday, 27 August 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 acquistion contact Stephanie Smyth at [email protected] or 401-832-6964.

Bid Protests Not Available

Similar Past Bids

Maryland Not Specified
Newport Rhode island 23 Aug 2019 at 5 PM
Camp lejeune North carolina 10 Mar 2020 at 3 PM
Newport Rhode island 31 Jul 2024 at 2 PM
Camp lejeune North carolina 19 Mar 2021 at 6 PM

Similar Opportunities

Philadelphia Pennsylvania 31 Dec 2026 at 5 AM (estimated)
Philadelphia Pennsylvania 31 Dec 2026 at 5 AM (estimated)
Philadelphia Pennsylvania 02 Dec 2025 at 5 AM (estimated)
Philadelphia Pennsylvania 15 Feb 2027 at 5 AM (estimated)
Philadelphia Pennsylvania 31 Dec 2025 at 5 AM (estimated)