Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
MODIFICATION

70 -- Access 360 Software Licenses, Server, Agents, & Support Services

Notice Date
8/14/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227
 
ZIP Code
20227
 
Solicitation Number
FHQ02Q50721
 
Response Due
8/23/2002
 
Point of Contact
Kawan Langford, Contract Specialist, Phone 202-874-6634, Fax 202-874-7275, - Cathy Riddick, Manager, Policy and Planning Branch, Phone (202) 874-6575, Fax (202) 874-7275,
 
E-Mail Address
antonio.langford@fms.treas.gov, cathy.riddick@fms.treas.gov
 
Description
This notice 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. Solicitation No. FHQ02-Q5-0721 is being issued as a Request For Quotation (RFQ). This announcement constitutes the only solicitation, quotes are being requested, and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. The North American Industry Classification System (NAICS) code is 334611, with a corresponding size standard of $18.0 Million. The company size status for this procurement shall be identified in the quote. The Department of the Treasury, 401 14th Street S.W., Washington D.C. 20227, intends to award a purchase order utilizing Simplified Acquisition Procedures (SAP), with associated provisions and clauses for Commercial Items. Requirement is for yearly software license for Access 360 (Brand Name) Enrole Server, Software Modules/Agents (Agent Class = ac), and support services as follows: 1ea Enrole Server ES:solarisv8 w/Oracle v8.7.1 p/n 12011903, 1ea Ace Server v5.0 acC p/n 118NNN01, 1ea Entrust PKI acB p/n 999999, 1ea MVS Top Secret acD p/n 999999, 1ea MVS DB2 acD p/n 999999, 1ea AIX v4.3 acA p/n 11613601, 1ea SQL SVR acB p/n 11712401, 1ea Oracle acB p/n 11711301, 1ea Sybase 12.0 acB p/n 11712201, 1ea NT acA p/n 11611601, 1 ea Windows 2000 acA p/n 1161120, 1ea Lotus Notes acB p/n 11712701, 1ea Solaris v8 7 v2.7 acA p/n 11612502, 1ea HP-UX acA p/n 11611401, 1ea CiscoSecure ACS acB p/n 999999, 1ea Universal Provisioning Agent acB p/n 11712601, 1ea LDAP-X Agent acB p/n 11711101, 1ea Auto Provisioning AP Listener acB p/n 11412302, and 1yr of support services which include software maintenance/upgrades/patches/etc., and 24/7 telephonic technical support for all software listed above; 15,000 Users. Server runs on a Solaris Unix box, while agents run on a variety of platforms including Sun, IBM, HP, and Windows. All qualified business sources are encouraged to submit a quote for agency consideration to antonio.langford@fms.treas.gov. The Government will evaluate all quotes and award on the basis of technical acceptability, past performance, and price. Technical acceptability will be determined based on conformance to standard system requirements and supportability. It is critical that quotes provide sufficient detail to allow evaluation (see FAR 52.212-1). The Government anticipates award of a commercial item purchase order to the responsible offeror whose offer provides the best value to the Government. Award will be made utilizing the Simplified Acquisitions Procedures outlined in FAR subpart 13.5. Questions regarding this procurement must be submitted in writing by 3:30 PM EST, 15 Aug 2002. Questions may be sent by email to antonio.langford@fms.treas.gov, or may be mailed to the address listed above. Question received after the date indicated above will not be guaranteed a response by the closing date of the solicitation. No telephonic inquiries will be accepted, however vendors may inquire by phone as to receipt of questions. Include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (July 2002) with your quote. The following clauses and provisions apply to this solicitation and resulting award, and are hereby incorporated by reference: 52.203-6, 52.204-6, 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.219-9, 52.225-1, 52.225-3, 52.225-13, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.233-2, 52.233-3. Clause(s) may be viewed in full text at http://www.arnet.gov/far. Products/Services shall conform to the following technical standards/requirements of the Rehabilitation Act of 1973, Section 508, as amended: 1194.22 Web based intranet and internet information and applications. Responses must be in writing and are due by 3:30 PM EST on 23 Aug 2002, and may be sent to the POC electronically or mailed to the address listed above. Responses must include the Representations and Certifications. Offerors should verify current registration with the VETS 100 Compliance Program, and the Central Contractor Registration (CCR).
 
Place of Performance
Address: Hyattsville Regional Operating Center (HROC), 3700 East West Highway, Hyattsville, MD. 20782,
Zip Code: 20782
Country: USA
 
Record
SN00140900-W 20020816/020814213920 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.