Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2007 FBO #1985
SOLICITATION NOTICE

70 -- OASAM-ITC ENCRYPTION SOFTWARE 2007

Notice Date
5/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, DC, 20210-0001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DOL079RQ20354
 
Response Due
5/9/2007
 
Archive Date
5/24/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The Department of Labor (DOL), Office of Procurement Services (Information Technology Center) intends to acquire software, software licenses, and maintenance support to allow for the implementation and management of the encryption solution. In addition, professional services will be needed to allow the Contractor to assist DOL agencies in the implementation of the solution and provide needed training for implementation and training purposes. DOL has been notified that this acquisition maybe cover under SMARTBUY. Due to the criticality of this requirement, the action is being initiated pending a SMARTBUY decision. This is a brand name requirement. This requirement is restricted only to SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (SDVOSB). DOL intends to award for the Pointsec products identified herein or equal products. An analysis was conducted and it was determined that no other product meets DOL?s requirements. Based on market research, this procurement is under NAICS CODE 541519. This is a combine synopsis/solicitation for commercial items prepared in accordance with the format Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are requested, and a written solicitation will NOT be issued. The Shopping Cart Number is 10-0796-6595 and this solicitation is being issued as a Request for Quotation (RFQ) the provisions, and clauses in effect are hereby incorporated through Federal Acquisition Circular 2005-15. The RFQ should include (1) one Base Year (to include software licenses, administration tokens, maintenance and support, and professional services), with four option years to include maintenance support. The place of performance is US Department of Labor, 200 Constitution Avenue, NW, Washington, DC 20210. Federal Acquisition Regulation (FAR) provision 52.121-1, Instructions to Offers-Commercial, applies to this acquisition. FAR clause 52.121-2, Evaluation-Commercial Items, applies to this acquisition. Technical and past performance, when combined is more important when compared to price. Offerors must include a copy of the provision at FAR Clause 52.212-3; Offeror Representations applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses with clause 52.212-5 apply 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond. The option year maintenance cost must be consistent with the base year maintenance and support cost. Quotes are acceptable by e-mail Scott.Carolyn@dol.gov and/or facsimile machine at 202-693-4579 Attn: Carolyn Scott NO LATER THAN May, 9, 2007, 12:00 PM. All prospective offerors must be registered in the Central Contractor Registration (CCR) Database. NOTICE TO OFFERORS REQUIREMENT: If during the term of this contract, the manufacturer or its resellers, enter into an agreement with the General Services Administration under the SmartBUY Initiative which includes pricing for the specific products or services similar to those licensed under this contract, that is less than the pricing under this contract. The manufacturer will allow these requirements to move to the SmartBUY agreement at the Government's option, with full credit for all funds paid under this contract. (If there are no resellers, references to them are dropped.) If the software is sold through resellers, the manufacturer will enter into good faith negotiations to lower prices to its reseller(s); thus making the contract, consistent with similar terms and conditions of the DAR SmartBUY agreement. STATEMENT OF WORK: TECHNICAL REQUIRMENTS: 1) The Contractor shall provide the following task: Provide necessary software and licenses to DOL to properly implement encryption software to its inventory of approximately 21,500 computing devices to include desktops and laptops, 400 portable handheld devices, and various portable media. It is expected that approximately 80% of the overall cost will be used for software purchases and licenses while 20% will be allocated for professional services (description of work is provided below), and annual maintenance and support costs. 2) Software maintenance and 24x7 support as indicated in their standard maintenance and support agreement package, which include software updates, and technical support. 3) The Contractor shall provide professional services to travel to customer locations to provide onsite consultation and support. Travel and Expenses will be billed according to Joint Travel Regulations (JAR). Professional services will be provided to the nine (9) agencies, which manage the DOL General Support Systems (GSS) and will be responsible for the implementation and management of the solution(s). It is expected the work will be completed within the Washington, DC area. HOURS OF WORK: Normal work hours under this project will be between 6:00 A.M. to 6:00 P.M, Monday through Friday. If other hours are needed, the COTR must authorize this Notice and must be at least 24 hours in advance of work. PRICING: The government has a NOT-TO-EXCEED budget of only $1.2 million in funds available for the Base Year Requirement. In the event the quotations price is higher, the government will not be awarding this Requirement. PRODUCTS: 1. Pointsec 4PC full Disk Encryption (FIPS 140-2 Complaint) & Pointsec for PC Media Encryption add-on (FIPS 140-2 Complaint) Full Disk Encryption P4PC-8 (21,500 EACH) PC Media Encryption P4ME-8 (21,500 EACH) 2. Pointsec Maintenance and Support Full Disk Encryption P4PKPC-8-PMTG1 (1 EACH) PC Media Encryption P4ME-8-PMTG1 (1 EACH) 3. Pointsec 4 PDA Pointsec 4 PDA (400) P4PKPC-2 (400 EACH) 4. Pointe maintenance and Support ? (BASE YEAR) Pointsec maintenance and Support PDA P4PKPC-2 ? PMTG1 (1) 5. Gold 300 tokens ? Programmed Safewood Tokens Programmed to include Pointsec Key-disk 551074-G (270 EACH) 6. Deployment Assistance. Engineer will travel to customer location to provide on-site consultation & support. Price per hour. Travel & expenses will be billed according to government JTRS. PPS-EAD-1 (45 EACH) DESIRED ENCRYPTION SOLUTIONS: At a minimum, the solution needs to meet the following criteria: 1). CRITERIA Impact on User CRITERIA DESCRIPTION Transparent to User, low burden to user, and does not significantly affect system performance. This category only addresses impact of full disk encryption solution (not portable media encryption). Impact of portable media encryption is addressed in Media Encryption criterion. 2) CRITERIA Administration/Management CRITERIA DESCRIPTION Solution provides capabilities to add users, reset passwords, apply policies/rules, allows key recovery, logging, overall administration, management capabilities, etc. 3) CRITERIA Vendor Support CRITERIA DESCRIPTION Vendor provides technical support and documentation. 4) CRITERIA Media Encryption CRITERIA DESCRIPTION Support for automatically encrypting portable media (CD/DVD, external hard drives, USB flash, Zip, etc.). Provides ease of use, portability, encryption enforcement. 5) CRITERIA Product Setup CRITERIA DESCRIPTION Installs on the client and/or server. Provides low impact enterprise environment. 6) CRITERIA Completeness of Solution CRITERIA DESCRIPTION Provides complete encryption solution to include management/administration, local disk encryption and portable media encryption. Provides support for hardware e.g. on-screen keyboard. PERIOD OF PERFORMANCE: The Period of Performance shall be one year from date of award; with four (4) option years that shall include maintenance support.
 
Place of Performance
Address: US DEPARTMENT OF LABOR, 200 CONSTITUTION AVENUE NW, WASHINGTON DC,
Zip Code: 20210
Country: UNITED STATES
 
Record
SN01285739-W 20070504/070502221850 (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.