Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

58 -- FIDELIS XPS SYSTEMS

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Combat Command, AF ISR Agency, AF ISR Agency/A7K 102 Hall Blvd, Ste 258, San Antonio, TX, 78243-7091, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2MTDX7214A001-FIDELIS
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Description
This 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F2MTDX214A001; this solicitation is a request for quotation. The North American Industry Classification System (NAICS) code is 511210. The business size standard is $23,000,000. The Federal Supply Class (FSC) is 7010. This request for quotation consists of the following: Item 0001: (14 ea) FSS-1000 - FIDELIS XPS 1000 Appliance Sensor (Gigabit appliance) Item 0002: (14 ea) MSS-FSS-1000 - Maintenance and Support service, 8x5 support, next business day hardware support for FSS-1000 for one year Item 0003: (1 ea) FSS-CP+ - FIDELIS XPS CommandPost Plus Appliance SHIP TO BPN - F2CT52 ADDRESS: 352 IOS/LSP 595 KUNTZ AVE, BLDG 4701 HICKAM AFB, HI 96853-5495 Item 0004: (1 ea) FSS-CP+ - FIDELIS XPS CommandPost Plus Appliance SHIP TO BPN - F1J1AA ADDRESS: 68 IOS/MSF 8045 CHENNAULT PATH, BLDG 1150 BROOKS CITY BASE SAN ANTONIO, TX 78235-5128 Item 0005: (1 ea) FSS-CP+ - FIDELIS XPS CommandPost Plus Appliance SHIP TO BPN - F3NT17 ADDRESS: 26 ISS RAMSTEIN UNIT 3065, BLDG 548 APO AE 09094 LOCAL GERMAN MAILING ADDRESS: 426 IOS/SCM GEBAUDE 2078 KANSAS STRASSE 67661 KAISERSLAUTERN-VOGELWEH Item 0006: (3 ea) MSS-FSS-CP+ - Maintenance and Support service, 8x5 support, next business day hardware support for FSS-CP+ for one year Item 0007: (16 ea) FSPS-PD - One day onsite installation and consulting services The selected product must meet stringent technical and security requirements as required by the TMAP PMO. Criteria is outlined below: 1. Integrated solution (hardware and software appliance) 2. Monitor multiple data protocols in this one integrated solution to include email, website content, FTP, telnet, and other existing data protocols 3. Contain weighted ?scoring? and filtering options to minimize traffic identified for human analysis based on keyword and smart identity profiling techniques and procedures 4. Provide capability to conduct content telecommunications monitoring and active prevention methods, when required, such as blocking outbound network traffic identified as violating policy 5. Tested and validated as secure for Air Force networks by an approved government test organization such as the Sandia National Laboratory, Air Force Battle Laboratory, or an organization such as one of AF ISR Agency?s technical test facilities. 6. Meet FIPS 140-2 standards 7. Minimum initial successful acceptance for Common Criteria Evaluation and Validation Scheme (CCEVS) 8. Tested and validated as not introducing latency into Air Force networks once installed and operational, whether in an inline configuration or passive ?tap? configuration 9. Solution must also include technical support and installation services when required 10. Solution must also include training support and services Ensure you include the delivery time for project completion. Upon award the contractor will be required to coordinate delivery with the customer. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.209-6 Protecting the Government?s Interest. FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: technical capability and price only. FAR 52.212-3 Alt I Offeror Representations and Certifications. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.204-7 Central Contractor Registration. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies. FAR 52.232-33 Payment by EFT/ CCR. FAR 52.233-3 Protest After Award. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.212-7001 Deviation Contract Terms and Conditions. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Countries as Subcontractors. DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. FAR 52.222-21 Prohibition of segregated facilities. FAR 52.222-26 Equal opportunity. FAR 52.222-36 Affirmative action for workers with disabilities. AFFARS 5352.201-9101 Ombudsman (10 Aug 05). Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number, DUNS, and CAGE Code with their proposal. Quotes may be transmitted by e-mail or to FAX number (210) 977-6414. Quotes must be received at the AF ISR Agency , A7KA, no later than 3:00 p.m. CPT on 17 September 2007. The point of contact for this solicitation is Feliciano Lopez, Contracting Officer, (210) 977-6309, Feliciano.lopez@lackland.af.mil. Technical point of contact is Kenneth Stwart (210) 977-6672.
 
Place of Performance
Address: LACKLAND AFB TX
Zip Code: 78243-7046
Country: UNITED STATES
 
Record
SN01402301-W 20070913/070911220859 (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.