Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

70 -- Netscout nGenius License and Maintenance renewal

Notice Date
4/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-09-Q-L8-B00
 
Archive Date
4/25/2009
 
Point of Contact
Michael A. Crawford,, Phone: 2022831364
 
E-Mail Address
michael.a.crawford@irs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation, TIRNO-09-Q-L8-B00, provisions and clauses in effect through FAC 2005-31 are incorporated into this RFQ. The associated North American Industry Classification System (NAICS) code is 334210. The small business size standard is 1,000 employees. CLIN 0001 Netscout Systems Inc. SBD RMA HW SPT – YR 2+ - P4 – J16E (RBJ16EPR4A) CLIN 0002 Netscout Systems Inc. Infinistream NM – l1600 (Ethernet) – 1 yr SE CORE SUP (SYOJ16EASM) CLIN 0003 Netscout Systems Inc. nGenius Performance Manager Standalone Appliance - Linux (5508L) CLIN 0004 Netscout Systems Inc. Eight-port HDX or Four-port FDX FE Probe, High Capacity (9281/HC SUPP-PLT) CLIN 0005 Netscout Systems Inc. Four-port Gigabit Ethernet Probe, SFP Configurable, High Capacity with 10/100/1000 Base-T Flow Director (9910/HD SUPP-PLT) CLIN 0006 Netscout Systems Inc. Kit, PM v4.0 Coupon kit (9558-LO) CLIN 0007 Netscout Systems Inc. Kit, PM v4.0 MC, Solaris (9558-MC) CLIN 0008 Custom Support Services Supportnet Annual Subscription and Contract Management (SNCM-1) CLIN 0009 ALARMPOINT 4 Line Voice Pack (4 Line Card, Dongle, Neospeech) (APT1025) CLIN 0010 Netscout Systems, Inc. Gigabit TX SFP (321-0434) The IRS is seeking competitive RFQs for the following brand name requirement, “license and maintenance renewal for Netscout nGenius application and network probes." The rationale supporting this brand name requirement is that the Netscout license and maintenance renewals are needed to continue the Network Management Operations of the IRS Wide Area Network (WAN) infrastructure and support the VGNOC through the Treasury Network (TNet) transition. These tools represent the heart of the IRS network management capability by performing tasks associated with capacity management, network utilization, proactive management of network components, engineering capabilities, reporting on trending and general health of the networks and much more. If these components are not maintained, the data communications infrastructure of the IRS may be seriously jeopardized. This is an RFQ and brand name justification to procure Netscout nGenius license and maintenance renewals. The IRS is not requesting information from resellers of other brand names but manufacturers that can perform the brand name equivalent. All manufacturers that can perform the equivalent function/services should submit their technical qualifications and literature to the following email address: Michael.A.Crawford@irs.gov. Manufacturers should include a price quote with any information they submit for equivalent function/services. The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-31 are applicable to this procurement: FAR 52.212-1, Instructions to offerors – Commercial Items, and FAR 52.212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer – Central Contractor Registration. All responsible sources that can provide the above requirements and deliver all products shall submit written quotations no later than 4:00pm EST on April 10, 2009 to the following email address: Michael.A.Crawford@irs.gov. The government intends to award a firm fixed price order. The Vendor shall be selected based on the lowest priced technically acceptable proposal. All quotes must include price(s); Quotes over 10 pages in total will not be accepted. All questions must be submitted by email to Michael.A.Crawford@irs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3cf6ba4b7637379426737999a123dd7a&tab=core&_cview=1)
 
Place of Performance
Address: Dana Knobloch, Mail Stop: B5-242, 5000 Ellin Road, Lanham, Maryland, 20706, United States
Zip Code: 20706
 
Record
SN01788302-W 20090410/090408215905-3cf6ba4b7637379426737999a123dd7a (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.