Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
SOLICITATION NOTICE

70 -- Brand Name or Equal to Accellion Secure File Transfer Applliance

Notice Date
9/24/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NBC - GovWorks 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
0407CS68768
 
Response Due
10/2/2007
 
Archive Date
9/23/2008
 
Point of Contact
Dinah Sison Contracting Officer 7039643647 Dinah.sison@mms.gov;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 (Streamlined Procedures for Evaluation and Solicitation for Commercial Items) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation number is 0407CS68768. This is an unrestricted Solicitation issued as a Request for Quotation (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 05-15. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112. The United States Department of Health and Human Services - Office of the Inspector General requires the following items, Brand Name or Equal, to the following: Manufacturer: ACCELLION Item # 1, Secure File Transfer Appliance, ACA1000; 1 EA Specifications: Rack Mountable Y(2U), CPU 1xDuoCore Xeon, RAM 2GB, Hard Drive 216GB/SAS (Serial Attached SCSI), Hot Plug Drives Y, Gigabit NIC Included, LOM Included, Storage Redundancy RAID5, Redundant Fans Included, Redundant Power Included, Battery Backed Cache Enabler Included. Salient Characteristics: Product is FIPS 140-2 compliant;20GB limitation compared to a 2GB limitation from the closest comparable vendor; Web can be customized for rebranding; Length of data storage on the server is controllable; Automatic deletion of data from appliance; Self-service in account registration; Data is not visible for browsing in the server; Access and transaction is logged. Item # 2, Standard End User Web & Client Agent (Plug-In) Annual Subscription, PN: ACSEUA50; 50 EA Item # 3, Anti-Virus (annual per appliance), PN: ACAAV, 1 EA Item # 4, Custom Skin (one-time), PN: ACACS; 1 EA Item # 5, Remote Standard or Satellite Appliance Install & Directory Configuration, PN: APSSI;1 EA Item # 6, Remote Microsoft Outlook Agent Plug-In Install, PN: APFEO; 1 EA Item # 7, Yearly Maintenance, PN: AM; 1 EA. Date of delivery shall be within 14 days from the date of award. Place of delivery and acceptance shall be at the Department of Health and Human Services - Office of the Inspector General - 330 Independence Ave, SW, Room G400, Washington, DC 20201; FOB Destination. The following clauses will be incorporated by reference to the resultant purchase order: (The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.): FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, will apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government , Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.239-1, Privacy or Security Safeguards (Aug 1996) Other Requirements: GovPay Electronic Invoicing Requirements - All payment requests must be submitted electronically through GovPay. "Payment request" means any request for contract financing payment or invoice payment by a contractor. To constitute a proper invoice, the GovPay payment request must conform to the requirements identified in FAR 32.905(b), "Payment Documentation and Process" and FAR 52.232-25, "Prompt Payment (OCT 2003)". To ensure the timely processing of invoices GovPay uses an automated "workflow" process to route invoices for review, approvals and payment; as required by the "Prompt Payment Act". Detailed GovPay information for use of GovPay may be obtained on the Internet at www.govpay.gov. This web site includes user manuals, training resources, instructions for registration and contact information for the GovPay help desk for additional support. All users can access reports on the status of their invoices. Supporting documentation shall be attached to the GovPay invoice in the form of "flat files" in American Standard Code for Information Interchange (ASCII) and an Adobe PDF file. There is a 4MB limitation on file size for these attachments, per header or line item. Facsimile, e-mail, and scanned documents are NOT acceptable electronic forms for payment requests. GovPay uses the contractor information in the Central Contractor Registration (CCR) database as one of the components for validating contractor registration. It is the responsibility of the contractor to submit accurate and current CCR information. Failure to register and maintain CCR information, or if it has expired, been suspended, been deleted, or could not be found, will result in rejection of your invoice. An invoice submitted during the period for which information in the CCR could not be verified must be resubmitted for payment after successfully registering or updating registration in CCR. Contractors are encouraged to review their CCR information to ensure the most current information is available for GovPay. The CCR Assistance Center is available to provide assistance and answer questions. They can be reached at 1-888-227-2423 or on the web at http://www.ccr.gov. [End] OFFERORS SHALL PROVIDE THE FOLLOWING: (1) A Technical Quote only if the item is an Equal to the Brand Name; Information provided shall be in accordance with FAR 52.211-6(b), Brand Name or Equal (Aug 1999); Offerors shall also be responsible for submitting all additional information on the product necessary for the Government to determine whether the product offered meets the salient characteristics of the "brand name" as listed in the solicitation; (2) All required information in accordance with FAR 52.212-1, Instructions to Offerors - Commercial, and FAR 52.212-3, Offeror Representations and Certifications - Commercial; Offerors are required to complete the provision entitled "Offeror Representations and Certifications" electronically via the ORCA website at http://orca.bpn.gov. (3) Past Performance - The Government will use available data in the Past Performance Information Retrieval System (PPIRS) Website. Past performance information will be utilized to determine the quality of the Contractor's past performance as it relates to the probability of success of the required effort. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be rated "Neutral". (4) Price Quote - Contractors are encouraged to offer discounts below open market rates. When discounts are offered, quotations must clearly identify the open market price and the discount price for each item being discounted. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation Factors for Award: Award will be made using Simplified Acquisition Procedures under FAR Part 13. The provision at FAR 52.212-2, Evaluation--Commercial Items, applies to this acquisition. THE FOLLOWING FACTORS SHALL BE USED TO EVALUATE OFFERS: (1) Technical capability of the "Equal" item offered to meet the Government requirement, in terms of whether it meets or exceeds the minimum specifications for this solicitation; (2) Delivery terms; (3) Duration and nature of warranty offered; (4) Past Performance; (5) Price. Non-price evaluation factors are equally important, and non-price evaluation factors, collectively, are approximately equally important to price. Additional Information: RFQ DUE DATE: The due date for responses to this RFQ shall be on or before 2:00 pm Eastern Standard Time on October 02, 2007. All required information from interested offerors shall be sent via e-mail to the Contract Specialist, Dina Sison at Dinah.Sison@mms.gov. Offerors submitting a Technical Quote for an "Equal" item shall submit a hard copy at the address specified for receipt of offers below within 3 business days. Any "no-quotation reply" may be submitted electronically and should include a brief statement as to why you are unable to submit an offer at this time. Original documents shall be mailed to the following address: Acquisition Services Directorate, NBC, DOI, Attention Dina Sison - 429A, 381 Elden Street Suite 4000, Herndon, VA 20170. Please note that GovWorks is located in a secure building. If quotations are hand delivered, please ensure that the courier is instructed to request the Security Guard in the lobby to call 703-964-3647 (Dina Sison) or 703-964-3635 (Cathy Gingras). A staff member will meet the courier to receive the submittal. Point of Contact Dina Sison, Contract Specialist, Email:Dinah.Sison@aqd.nbc.gov
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB1401GW&objId=367931)
 
Place of Performance
Address: Dept of Health & Human Services Office of the Inspector General 330 Independence Ave, SW, Room G400 Washington, DC
Zip Code: 20201
Country: USA
 
Record
SN01419307-W 20070926/070924224851 (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  © 1994-2020, Loren Data Corp.