Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2007 FBO #1958
SOLICITATION NOTICE

70 -- SENFORCE ENDPOINT SECURITY SUITE LICENSES, SUPPORT, AND MAINTENANCE

Notice Date
4/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Equal Employment Opportunity Commission, Office of the Chief Financial Officer & Administrative Services, Procurement Management Division, 1801 L Street, N.W., Room 2505, Washington, DC, 20507, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ070062
 
Response Due
4/12/2007
 
Archive Date
4/19/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, 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. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 effective March 22, 2007. The small business size standard is 100 employees. The Equal Employment Opportunity Commission (EEOC) has a requirement for a contractor to provide Senforce Endpoint Security Suite Licenses and Maintenance for 500 users. Brand Name Justification: EEOC has established the Senforce centralized security management application to function as the agency?s laptop security management tool. The required items must be compatible with the Senforce Endpoint Security Suite, and meet the security and functional requirements of the agency. The required items are essential to the Commission?s needs. Any other brand products will not be compatible, or cannot be modified to meet the agency?s needs. The EEOC contemplates the award of a Firm-Fixed-Price Contract. The prospective contractor must provide pricing for each of the following Contract Line Item Numbers (CLIN) on an all or none basis: CLIN 0001. Senforce Part No. ESS300MWE-S-500, Endpoint Security Suite Licenses for 500-900 Users ? Quantity 500 Each, Unit Price $_____, Total for CLIN 0001 $_____; CLIN 0002. Senforce Part No. BSMESS300MWE-S-500, Basic Support and Maintenance for Endpoint Security Suite ? Quantity 500 Each, Unit Price $_____, Total for CLIN 0002 $_____; CLIN 0003. Senforce Part No. Proserv300, Professional Services Endpoint Security Suite 3.0 ? Quantity 3 Days, Unit Price $_____, Total for CLIN 0003 $_____; CLIN 0004. Travel Expenses for Installation of Endpoint Security Suite ? Quantity 1 Lot, Unit Price $_____, Total for CLIN 0004 $_____. Interested parties must indicate in their quotation whether they accept payment via Government-wide commercial purchase card. The prospective contractor must be registered in the Central Contractor Registration (CCR) database prior to award of the resulting contract. Registration is free and can be completed on-line at http://www.ccr.gov/. Submission of Quotation: Your quotation in response to RFQ070062 is due on April 12, 2007, at 3:00 p.m. EST. The mailing address is as follows: U.S. Equal Employment Opportunity Commission, Procurement Management Division, 1801 L Street, N.W., Room 2505, Washington, D.C. 20507 Attn: Gregory Browne, Contracting Officer. A quotation submitted via e-mail addressed to gregory.browne@eeoc.gov will be accepted. Questions regarding this request for quotation should be submitted to Gregory Browne, via e-mail @ gregory.browne@eeoc.gov. Telephone inquires or responses are not acceptable. The deadline for the submission of questions regarding RFQ070062 is April 10, 2007 at 1:00 p.m. EST. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. The Contracting Officer?s Technical Representative will be responsible for the inspection and acceptance of the items delivered by the contractor. All responsible sources may submit a quotation which shall be considered by the agency. The anticipated contract award date is on or before April 20, 2007. A contract will be awarded to a responsible vendor whose quotation represents the best value to the Government. Evaluation factors for award: The Government will award to the vendor submitting the lowest priced technically acceptable quotation that meets or exceeds the Government?s requirements. In order to be considered technically acceptable, quotations must meet the requirements. The following go/no-go factors shall be used to evaluate quotes: 1. Experience in Senforce Installation Process. The vendor must provide evidence that they can install and configure the product, and provide professional services for Endpoint Security Suite Licenses. The vendor must provide evidence that it has successfully performed a minimum of three (3) contracts for the same or similar services within the past two (2) years to include contract type, contract number, contract value, point of contact telephone number, and type of service provided. 2. Inventory. The vendor must provide the quantity and part number specified. 3. Time of Delivery/Installation. The vendor must deliver/install CLIN 0001, 0003 and 0004 within ten (10) business days after award of contract. The vendor must provide a written statement with their quote indicating that the vendor can meet or exceed the required time of delivery. Notice: The Government intends to evaluate quotations and make award without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the vendor?s initial quote should contain the vendor?s best terms from a price and delivery standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. Period of Performance: The period of performance for CLIN 0002 under this contract is from the effective date of award through twelve (12) months. Place of Delivery and Acceptance: Equal Employment Opportunity Commission, 1801 L Street NW, Washington, DC 20507. Shipping: FOB Destination. The provisions at 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. The provisions at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The vendor shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with your quote. Clause 52.212-4, Contract Terms and Conditions-Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. The following clauses are also incorporated by reference: Clause 52.203-6, Restrictions on Subcontractor Sales to the Government ? Alternate I, 52.219-6, Notice of Total Small Business Set-Aside, Clause 52.222-3 Convict Labor, Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies, Clause 52.222-21, Prohibition of Segregated Facilities, Clause 52.222-26, Equal Opportunity, Clause 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, Clause 52.222-36, Affirmative action for Workers with Disabilities, Clause 52.222-37, Employment Reports Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, Clause 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, Clause 52.225-1, Buy American Act ? Supplies, Clause 52.225-13, Restrictions on Certain Foreign Purchases, and Clause 52.232-36, Payment by Third Party. To obtain the above provision/clauses in full text, please visit www.arnet.gov. Method of payment: Government-wide Commercial Purchase Card. See Numbered Notes 1.
 
Place of Performance
Address: Washington, DC
Zip Code: 20507
Country: UNITED STATES
 
Record
SN01267532-W 20070407/070405221604 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.