Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2005 FBO #1151
SOLICITATION NOTICE

70 -- Websense Advantage Software.

Notice Date
1/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K2S-4326-0502
 
Response Due
1/24/2005
 
Archive Date
3/25/2005
 
Small Business Set-Aside
N/A
 
Description
OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Websense Advantage Software. SOLICITATION NUMBER: W67K2S-4326-0502 QUOTE DUE DATE: 24Jan05 POC: Linda C. Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quot es are hereby requested. A written solicitation will not be issued. The North American Industry Classification System (NAICS) Code will be 423430, size standard is 500 Employees. SPECIFICATIONS: 1) Websense Advantage Agreement (buy 1 year and receive 1 free year of subscription renewal); Websense Enterprise, 1100 users, allows for up to 3 free Websense Server Licenses to load balance internet traffic; Websense Premium Group Advantage Agreement (includes buy 1 year and receive 1 free year of subscription renewal); Websense Premium Group-Security; Install and Configure; Websense EIM Policy Server, User Service, Domain Controller Agent (where applicable), eDirectory Agent (where applicable), Network Agent, Firewall Integration, Log Server, WebCatcher Service , Explorer, Reporter, Real-Time Analyzer. APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.204-7, Central Contractor Registration; (2) FAR 52.212-4, Contract Terms and Conditions--Commercial Items; (3) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--Commercial Items, the following clauses are applicable and incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Spec ial Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Buy American Act; FAR 52.232-33 Payment by Elect ronic Funds Transfer--Central Contractor Registration; FAR 52.232-36 Payment by Third Party; (4) DFAR 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; (5) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (6) FAR 52.212-1, Instructions to Offeror--Commercial Items, Addendum paragraph (d) Product Samples - delete in its entirety, paragraph (h) Multiple Awards - delete in its entirety , the government plans to award a single contract resulting from this solicitation; (7) FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, all offerors are to include a completed copy of the representations and certifications with their offer (a copy of FAR 52.212-1 and 52.213-3 in full text is available at www.arnet.gov/far or upon request from this contracting office); (8) DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: (1) t echnical factors, to include past performance; (2) total cost or price. ADDITIONAL INFORMATION: To receive award, the offeror must be registered in the Central Contractor Registration (CCR) database which can be accessed at web site http://www.ccr.gov or call CCR Assistance Center toll free at 1-888-227-2423. Quotes are due NLT 10:00 A.M. MST on 24 January 2005. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, Utah 84020-2000 or e-mailed to linda.duvall@ut.ngb.army.mil; facsimiles will not be accepted. All qu otes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available).
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN00736209-W 20050120/050118211813 (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.