Purchase of IBM QRadar
ID: N0018925Q0118Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the purchase of specific IBM QRadar products on behalf of the United States Naval Academy (USNA). The procurement involves a firm-fixed-price contract for eight different IBM QRadar items, with strict adherence to federal acquisition regulations and no substitutions allowed. This technology is critical for enhancing the Navy's cybersecurity capabilities and compliance with security standards. Interested vendors must submit their offers by February 10, 2025, at 11:00 AM, and are required to include IBM reseller certification to qualify. For further inquiries, potential bidders can contact Contract Specialist Ian Tupaz at (571) 479-0689 or via email at ian.j.tupaz.civ@us.navy.mil.

    Point(s) of Contact
    Ian Tupaz (571) 479-0689 Contract Specialist: Ian Tupaz (571) 479-0689 ian.j.tupaz.civ@us.navy.mil
    ian.j.tupaz.civ@us.navy.mil
    Files
    Title
    Posted
    This document serves as an amendment to a solicitation contract (N0018925Q0118) from the U.S. Navy, specifically addressing changes in the pricing and requirements. The primary purpose of the amendment is to correct the Contract Line Item Numbers (CLINS) and extend the solicitation period from February 11 to February 12, 2025. Notably, the quantity for CLIN 0001 has increased from 1 to 171 units. Additionally, CLINS 0003 and 0004, originally concerning IBM QRadar appliance renewals, have been marked as "no longer required," and all associated descriptions, part numbers, and codes have been deleted. The delivery schedule for the increased quantity under CLIN 0001 now specifies that 171 units will be delivered to the U.S. Naval Academy by February 28, 2025. The contracting officer for this amendment is Ian Tupaz, who is responsible for further communication regarding the solicitation. This amendment reflects the U.S. Navy's adjustments to their procurement requisites, ensuring clarity and updated details for potential offerors in response to the solicitation.
    The document outlines a government solicitation (RFQ: N0018925Q0118) for the purchase of specific IBM QRadar products, issued by the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, on behalf of the United States Naval Academy (USNA). The RFP emphasizes compliance with federal acquisition regulations, particularly requiring that bids must be based solely on the specified brand name items—no substitutions allowed. It covers key details such as quantity (eight different IBM QRadar items), delivery information, and the schedule for submission (closes on February 7, 2025, at 12:00 AM EST). The award will be a firm-fixed-price contract, with evaluation based on technical acceptability and price reasonableness under the Lowest Price Technically Acceptable (LPTA) criteria. Bidders must include IBM reseller certification to qualify. Additionally, the document lists various clauses and provisions that bidders must adhere to, reiterating the importance of compliance with federal regulations and certifications for those participating in the bidding process. The solicitation reflects the government’s intent to procure specified technology solutions while ensuring transparency, fairness, and adherence to established procurement protocols.
    The document pertains to an amendment of a federal solicitation, specifically Solicitation Number N0018925Q0118, issued by the NAVSUP FLC Norfolk contracting office. The primary purpose of this amendment is to provide answers to contractor inquiries and to extend the submission deadline for offers. The new response date is changed to February 10, 2025, at 11:00 AM. Additionally, a specific question regarding the IBM Passport Advantage Site number was addressed, confirming the site number as 3527975. The document also reiterates that all other terms and conditions remain unchanged and in full force. Contractors must acknowledge receipt of this amendment to avoid the rejection of their offers. This amendment reflects standard procedures in government contract management, aimed at ensuring transparency and facilitating the bidding process by addressing contractor questions and technical clarifications.
    Lifecycle
    Title
    Type
    Purchase of IBM QRadar
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    IBM Rational DOORS Engineering Software
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWC PD), is seeking proposals for the procurement of IBM Rational DOORS Engineering Software, designated under solicitation number N6449825Q5053. The contract aims to acquire 18 units of the IBM Engineering Requirements Management DOORS Family floating software to enhance requirements management capabilities within engineering projects, ensuring compliance with federal regulations and standards. This software is critical for optimizing requirements communication, collaboration, and verification, thereby streamlining project efficiency. Responses are due by 3:00 PM on March 18, 2025, with the delivery period set from April 1, 2025, to March 31, 2026. Interested vendors, particularly small businesses including service-disabled veteran-owned, HUBZone, and women-owned enterprises, should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil for further details.
    NAVIFOR N4 Directorate Program’s Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the NAVIFOR N4 Directorate Program’s Support Services, which will be awarded as a firm-fixed price indefinite-delivery, indefinite-quantity (FFP IDIQ) contract. This procurement aims to support various Navy Information Warfare capabilities, including Collaboration at Sea (CAS) and the Combined Enterprise Regional Information Exchange System-Maritime (CENTRIXS-M), ensuring seamless integration and compliance with security standards. The anticipated contract will span five years, with a potential extension of six months, and is set to be solicited as a 100% small business set-aside, with the solicitation expected to be available around March 19, 2025. Interested parties should direct inquiries to Amy Barnes at amy.m.barnes14.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil.
    Video Surveillance Supplies
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking qualified vendors to supply high-tech video surveillance equipment to enhance security at the U.S. Naval Academy's Bancroft Hall student dormitory. The procurement includes specific brand-name items such as Axis video cameras, Genetec access controllers, Hewlett Packard Enterprise Aruba switches, and Cisco transceiver modules, which are essential for maintaining robust physical security and network operations. Interested vendors must demonstrate their status as authorized partners or resellers of the specified brands and submit their bids by March 20, 2025, following the release of the solicitation around March 13, 2025. For inquiries, vendors can contact Gil Dobison at gilbert.k.dobison.civ@us.navy.mil or by phone at 757-443-1380.
    70--Splunk Enterprise renewal
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    7C20 - Data Center Products
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP FLT LOG CTR NORFOLK, is seeking proposals for web-based user subscriptions that provide access to public data records and law enforcement data to support the NCIS Multiple Threat Alert Center (MTAC). This procurement aims to enhance the MTAC's mission of delivering 24/7 alerts regarding foreign intelligence, cyber, terrorist, and criminal threats to Department of the Navy assets and personnel. The services sought are critical for maintaining situational awareness and ensuring the safety of Navy operations. Interested vendors can reach out to Kevin James at 215-697-5149 or via email at Kevin.n.james1@navy.mil for further details regarding the solicitation.
    BRAND NAME COMMVAULT SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the procurement of Commvault software under a brand-name only requirement. This acquisition is intended to support the SRF Japan and will be negotiated on a firm, fixed-price basis, with a total small business set-aside as per FAR 19.5, allowing only authorized small business distributors to participate. The procurement emphasizes the importance of compliance with technical specifications and mandatory clauses, including adherence to the Buy American Act, and requires submission of an Authorized Distributor letter from the OEM. Interested vendors must submit their quotes by March 14, 2025, and can direct inquiries to Ferbien Encomienda at ferbien.o.encomienda.civ@us.navy.mil or by phone at 360-476-7587.
    Ungerboeck Subscription Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is seeking to renew the Ungerboeck subscription for the United States Naval Academy in Annapolis, Maryland. This procurement involves a sole source Firm Fixed Price contract for the licensing and maintenance of the Ungerboeck venue management software, which has been integral in managing over 300 venues at the Academy for over five years. The selected contractor must ensure compatibility with existing systems and provide comprehensive IT support, including license management and system onboarding, while adhering to U.S. Navy regulations. Interested parties can reach out to Jordan Walton at jordan.l.walton.civ@us.navy.mil for further details, and all proposals must be submitted electronically by the specified deadline.
    58--COMPUTER, RADAR SVR - AND OTHER REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking procurement for computer radar server and other replacement parts. This presolicitation opportunity focuses on acquiring radar equipment, excluding airborne systems, classified under the PSC code 5840. The goods are critical for maintaining operational readiness and functionality of naval radar systems. Interested vendors can reach out to Alexander Craft at (717) 605-4147 or via email at ALEXANDER.CRAFT@NAVY.MIL for further details regarding this opportunity.
    North Atlantic Industries Sensor interface Unit
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
    58--CONTROL-CONVERTER - AND OTHER REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the manufacture of various control-converter and replacement parts, including amplifiers and linear valves. The procurement involves a total quantity of 79 units, with a required delivery timeline of 180 days post-contract award. These components are critical for maintaining operational capabilities within military systems, emphasizing the importance of compliance with technical specifications and standards. Interested suppliers must submit their proposals, including a completed RFQ, to the primary contact, Taylor M. Fasching, via email at TAYLOR.FASCHING@NAVY.MIL, within 45 days of the notice publication, as the government intends to negotiate with only one source under FAR 6.302.