Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

D -- CISCO IRONPORT

Notice Date
8/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
OS9451
 
Archive Date
8/8/2009
 
Point of Contact
Camille M. Timmerman, Phone: 301-443-6851
 
E-Mail Address
camille.timmerman@psc.hhs.gov
(camille.timmerman@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 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 OS9451 and it is issued as request for quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. The associated NAICS code is 423430 and the small business size standard is 100 employees. The contract line items are as follows: CLIN 01---------- C360-BUN-R-NA - Cisco IronPort C360, Standard Configuration Quantity – 2 IPCM-C3-1Y - Cisco IronPort Centralized Management for C300/C350/C360 1 Year License Key Quantity – 2 MBUN-C3-GV-1Y - Email Security Reporting Bundle for C350/C300, 1 Year License Key Includes: Centralized Reporting, Centralized Message Quantity – 2 SP-C360-P-1Y - Platinum Support for IronPort C360, 1 Year Quantity – 2 Brand Name Justification: HHS/OIG requires a secure and reliable means of transferring email to and from OIG customers or clients. Currently OIG is using the IronPort Email Security Solution for email security and email policy enforcement. As the volume of email has increased worldwide, the need for new appliances has arisen. This technology is an approved organization Enterprise Architecture solution. The requested IronPort appliance allows for continuity and compatibility with existing equipment as well as existing fault tolerance of email scalability and accuracy. The purchase of other brands at this point would result in additional compatibility and security concerns, increased learning curves, duplicate work efforts and increased administrative/engineering costs. Additionally, the IronPort Solution has a unique combination of characteristics that enable the product to meet all of OIG’s requirements for email security to include performance and scalability, ensured connection availability, advanced message queuing, hardened operating system, security through identity and email access control, senderbase reputation service, identify threats first, fastest content scanning system, anti-spam, anti-virus, and blended threats. All items are to be delivered FOB destination no later then 30 days after award to 330 Independence Ave, SW, Cohen Building, Room G400, Washington, DC, 20201. The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 is not applicable. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible lowest priced offeror that meets all of the technical requirements. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Please note: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JUN 2009), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (19) 52.222-3, Convict Labor (June 2003), (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008), (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (22) 52.222-26, Equal Opportunity (Mar 2007), (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Offers are due on Friday, August 7, 2009 @ 5:00 pm. EST electronically to the Contract Specialist. Please contact Camille Timmerman, Contract Specialist, 301-443-6851, Camille.Timmerman@psc.hhs.gov, regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/OS9451/listing.html)
 
Place of Performance
Address: 330 Independence Ave, SW, Cohen Building, Room G400, Washington, District of Columbia, 20201, United States
Zip Code: 20201
 
Record
SN01897684-W 20090805/090804000419-4dfa65715d48708af9c1f610dd60344d (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.