Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
SOLICITATION NOTICE

70 -- FIREWALL EQUIPMENT REFRESH

Notice Date
9/28/2009
 
Notice Type
Presolicitation
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019932197
 
Response Due
9/29/2009
 
Archive Date
3/28/2010
 
Point of Contact
Name: Harry Lundy, Title: Contracting Officer, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1019932197. 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. 165842_01. NIH ECS III Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NIH ECS III contract. The contract 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 contract. 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. Open Market items will not be accepted as they are prohibited from NIH ECS III orders. Information regarding NIH ECS III contracts is available at http://nitaac.nih.gov/ecs3home.asp. The FedBid system will automatically calculate NIH ECS III 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 2009-09-29 14:00:00.0 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, HP DL320 G6 L5506 4GB 4LFF SATA, MFG# 505683-001. Installation Summary for total of 11 servers, HP DL320 GB G6 L5506 4GB 4LFF SATA: HP 9.5MM SATA DVD RW OPTICAL DRIVE (11);(11) HARDWARE INSTALL SERVER;(22) HP 120GB 5.4K SATA 2.5 ETY 1Y WTY., 11, EA; LI 002, HP 9.5MM SATA DVD RW OPTICAL DRIVE, MFG# 4810477-B21, 11, EA; LI 003, MS GSA WIN VISTA BUS UPG/SA W/VISENT, MFG# 66J-00868-3, 11, EA; LI 004, MS WWF WIN XP PRO W/SP3 MED, MFG# E85-05379, 1, EA; LI 005, HPE 3 YR 9X5XNBD DL320, MFG# U4479E, 11, EA; LI 006, PLANTRONICS CS70N HDSET W/HL10 LIFT, MFG# CS70N/HL10, 8, EA; LI 007, ASUS VW246H 24" WIDE, MFG# VW246H, 10, EA; LI 008, RARITAN 64PT 8U IP DOMINION KX, MFG# DKX2-864, 2, EA; LI 009, RARITAN DOMINION KX PS/2 CIM, MFG# DCIM-PS2, 1, EA; LI 010, RARITAN DOMINION KX CIM, MFG# DCIM-USBG2, 1, EA; LI 011, HARDWARE INSTALL SERVER, MFG# HWINSTALLSERVER, 11, EA; LI 012, HP 120GB 5.4K SATA 2.5 ETY 1Y WTY, MFG# 458924-B21, 22, 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. (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. IRMlOPSIMSOIEML has identified the Workstation products as a keycomponent of the Department's core firewall support infrastructure on OpenNet.The equipment listed above is required to replace existing workstations that hasreached the end of its life cycle for both hardware and software support. Theworkstations will continue to aid in managing the process of filtering out harmfulweb content and/or malicious code on the Department of State's mission criticaloperating environment. The 41USC 253(c)(1), and FAR 6.302-1 are cited as the statutory authority. As this is a brand name only justification, no one contractor's uniquequalifications are cited as the basis for this justification. Rather, the productsidentified by brand name herein have been determined to be the only items thatmeet the Department's requirements as a key component of the Department's corefirewall management infrastructure. The requirement will be competed as the IT community responds to price requestson FedBid.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019932197/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20520
Zip Code: 20520
 
Record
SN01972645-W 20090930/090928235625-10a61253e3d09dd23fbe9ee2305a81aa (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.