Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

70 -- Sidewinder Firewall Renewal

Notice Date
9/18/2009
 
Notice Type
Presolicitation
 
Contracting Office
1701 N. Ft. Myer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
AQ1019932178
 
Response Due
9/19/2009
 
Archive Date
3/18/2010
 
Point of Contact
Name: Amanda Rogers, Title: Contract Specialist, Phone: 703-875-4801, Fax:
 
E-Mail Address
rogersan@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number AQ1019932178. 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. 162258_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. 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 must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. 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 2009-09-19 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20520 The Department of State requires the following items, Exact Match Only, to the following: LI 001, MFE FIREWLL ENTERPRISE 1100E 1YR GL +NBD, P/N NYV1100ADMAG, 1, EA; LI 002, MFE FIREWALL ENTERPRISE 2150E 1YR GL +NBD, P/N NYV2150ADMAG, 7, EA; LI 003, MFE FIREWALL ENTERPRISE CONTROL CENTER 1500E 1YR GL +NBD, P/N NYV1500ADMAG, 2, EA; LI 004, MFE FIREWALL INTRUSION PREVENTION MODELS >210 SB 1:1 GL +NBD, P/N FW9GIE-AA-AG, 4, EA; LI 005, MFE FIREWALL ENT 410CD 1YR GL +NBD HW SUPPORT, P/N NYV410DADM, 2, EA; 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, socio-economics as well as price, among others. The equipment listed in this buy, is required to support continuing operations of the Department's firewall perimeter security Infrastructure. The Sidewinder items are required as a key component other wholesale replication of the existing environment, to create a lab environment in which to test and expand upon operational connectivity and support for the Department's core firewall architecture and infrastructure. In order to ensure the integrity and reliability of the test and expansion environment, and thereby meet the program goals for testing and expansion, all components must be duplicated down to every detail of functionality, including interoperability with all directly connecting equipment and systems. Therefore, due to the above stated mission-critical Departmental requirements,the Sidewinder products have been determined to be the only brand that will meet the Department's needs,thereby precluding consideration of any other brand product.All acquisition planning, market research, and competition requirements were met each of the initial infrastructure purchases, but for the current project, market research was not conducted, due to the nature of the Department's requirements. The program goal is to duplicate the entire environment for testing and expansion purposes, which requires an exact replication of all key network components, including the Sidewinder components being requested here. No other brands were evaluated for this particular purchase, since any deviation between the existing environment and the test environment would nullify the validity of all related testing and project data.As this is a brand name only justification, no one contractor's unique qualifications are used as a basis for this justification. Rather, the products identified by brand name herein have been determined to be theonly items that meet the Department's requirements.This memo constitutes Limited Source (Brand Name) documentation i.a.w. FAR 8.405-6(f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/AQ1019932178/listing.html)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
 
Record
SN01962063-W 20090920/090919002040-e3eb6061bf25b38881f26e05799a1868 (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.