Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2008 FBO #2427
SOLICITATION NOTICE

70 -- Cisco Hardware and StoneGate Software

Notice Date
7/17/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019832238
 
Response Due
7/22/2008
 
Archive Date
1/18/2009
 
Point of Contact
Name: Harry Lundy, Title: Contract Specialist, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1019832238. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 75136_01. NASA SEWP IV Contracts Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at <http://www.sewp.nasa.gov>. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-07-22 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be SPRINGFIELD, VA 22153 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Cisco Catalyst 2960 8 10/100 + T/SFP LAN Base with Crypto Image - Model # WC2960-8TC-L, 6, EA; LI 002, GE SFP, LC connector SX transceiver - Model # GLC-SX-MM, 6, EA; LI 003, Proventia GX4200C Intrusion Prevention Appliance (Fail Open, 2 TX-Copper Protection Ports)- Model # GX4002-C-1-P-ROHS, 6, EA; LI 004, Tech Support Advanced Exchange and Updates for Proventia GX4002-C Model # GS4002-C-1-M, 6, EA; LI 005, StoneGate Firewall and VPN Appliances FY-300 4 X 10/100 FE Interfaces MAX 100 MBPS Throughput MAX 50 MBPS AES Throughput (Gov't) (Promotional) - Model # APP-FW-300 - Part # W03837, 6, EA; LI 006, StoneGate Firewall and VPN Applicances 1 yr premium support for FY-300 Less Credit for ID #0503050933 - ID#0602058293 (Gov't) (Promotional) - Part # W03840, 6, EA; LI 007, SMARTNET 8X5XNBD C29608C - Part # CON-SNT-C29608C, 6, EA; LI 008, CISCO GE SFP LC CONN SX Tranceiver Ground Service - Part # GLC-SX-MM=, 6, EA; LI 009, Shipping, 1, LOT; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION CONUS. New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICES. SHIPPING DOCUMENTS WILL CLEARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS) is processing this acquisition at the request of the USAID and DoS IT Collaboration Project, Joint Program Management Office (JPMO). This Justification and Approval (J&A) on a brand name only basis is for the interim infrastructure solution of the project. The acquisition of the specified Stonegate, Cisco, and IPS Proventia hardware products are necessary to evaluate and demonstrate the feasibility of this infrastructure.During the Joint Management Council (JMC) meeting held on July 25th, 2007, the IT JPMO was tasked to deploy an IT infrastructure at the Tier 1 consolidation posts to support IT as a shared service. To address this direction, the IT JPMO has developed an interim IT infrastructure solution using the industrys best practices.Technically the selected solution is very similar to the current connection that exists between the two networks domestically. That IT infrastructure was selected because it would enable the majority of the pre-determined official applications in use, and since the design is already active domestically a new complete risk analysis and adjudication would not be necessary, which would have added considerable time to the schedule. Security requirements for USAID and DoS were identified and used in this infrastructure design. Specific components within the infrastructure were chosen by the engineers based on USAID and Diplomatic Security requirements, the ability of the compatibility of the components within existing systems and overall performance. As this is a brand name only justification, no one contractors unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the DoS and USAID security requirements as a key component of this infrastructure.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=10f57fcae49539570cc2473bd25830d0&tab=core&_cview=1)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
 
Record
SN01616450-W 20080719/080717220746-10f57fcae49539570cc2473bd25830d0 (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.