Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2004 FBO #1027
SOLICITATION NOTICE

D -- UNITYONE INTRUSION PREVENTION SYSTEM

Notice Date
9/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG04071467Q
 
Response Due
9/30/2004
 
Archive Date
9/16/2005
 
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. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ)for the following: 1) QTY: 3 - UnityOne-1200 Intrusion Prevention System-(4) Copper 10/100/1000 Segments; 2) QTY: 3 Annual Maintenance; 3) QTY: 1 UnityOne Security Management System; 4) QTY 1: Annual Maintenance. A TippingPoint UnityOne unit is an intrusion prevention device that analyzes IP data in real time, examining packets in order to detect and block patterns of misuse, denial of service attacks, or dangerous payloads before the packets reach their destination and do damage. It is a rack mountable appliance with four (4) 10/100/1000 full duplex copper ports, and dual power supplies. Each unit can process an aggregate of 1.2 Gbits of data per second. Each full duplex port can inspect up to 1 Gbit/sec of traffic at line speed. The central management station for the TippingPoint UnityOne units is called the Security Management Station (SMS). The UnityOne SMS provides administration, configuration, monitoring and reporting for up to 1,000 UnityOne Intrusion Prevention Systems. It is a rack mountable appliance with dual power supplies. The maintenance for each of the units includes 24x7x365 Premium telephone support, software upgrades, Digital Vaccine updates (signatures), and a 1 year warranty. The NAICS Code and the small business size standard for this procurement are 334112 and 1,000 respectively. The offeror shall state in their offer their size status for this procurement. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Goddard Space Flight Center is required within 3-5 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by close of business (COB) September 30, 2004 and may be mailed to Cassandra Atkinson, Bldg. 26/Rm. 235, Code 210.S or faxed to 301-286-1773 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. A If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made to the offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements such as Delivery and Maintenance, shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#112571)
 
Record
SN00675356-W 20040918/040917084931 (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.