Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

70 -- Intent to Establish BPA for FLASH DRIVES

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1701 Ft Myer Drive, Rosslyn, VA 22209
 
ZIP Code
22209
 
Solicitation Number
SAQMMA10Q0085
 
Response Due
3/5/2010
 
Archive Date
9/1/2010
 
Point of Contact
Name: Cynthia Harper, Title: Contract Specialist, Phone: 703-875-6218, Fax: 703-875-7370
 
E-Mail Address
harperc@state.gov;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is SAQMMA10Q0085 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-03-05 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20547 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, Enterprise Central Management Server Software; The policies and encryption keys must be manageable through a centralized management console. The Department should be able to manage the encryption keys, distribution of any software/firmware updates, device and user policies (password settings, trusted applications, etc), and initiate remote destruction for lost or stolen devices. The management server must provide the ability to identify and initiate self destruction if an encrypted flash drive is lost or stolen. This self destruct feature must render the encrypted flash drive unusable and ensure that the data is unrecoverable. The management server must allow for decentralized issuance of the encrypted flash drives is a must. The Department is a world-wide organization. The proposed solution must not include a requirement to physically register encrypted flash drives at a central location prior to issuance. Various offices and overseas locations within the Department of State must be able to issue the proposed devices to their users through a remote administration feature on the centralized management console., 1, EA; LI 002, 2GB Encrypted Flash Drive.SPECS:Capacity 1GB, 2GB, 4GB, 8GB, 16GB Speed Up to 27MB/s read Up to 24MB/s write Memory Dual-channel SLC Flash Dimensions 75mm X 19mm X 9mm Weight.9 oz (25 grams) Waterproof MIL-STD-810F Temperature 0 C, +70 C Operating Shock 16G RMS Hardware USB 2.0 high speed Operating System Encryption Compatibility Windows 7 Windows Vista Windows XP SP2+ Windows 2000 SP4 Macintosh OS X 10.4+ Linux 2.6+ Hardware Encryption Data: AES Cipher-Block Chained mode Encryption Keys: 256-bit Hardware DRNG PKI: 2048-bit RSA Hashing: 256-bit SHA FIPS Validations: 140-2 Level 3 ENTERPRISE ENCRYPTED FLASH DRIVE SOLUTION REQUIREMENTS:Requirements for the Enterprise flash drive solution must include FIPS 140-2, Level 3 Certification:Current Federal Information Processing Standards (FIPS) 140-2, Level 3 certified encryption module utilizing 256-bit AES Key for encryption. See attachment on www.fedbid.com for FIPS standard information. ** Vendor MUST submit FIPS Certification Number/evidence of FIPS certification by email prior to the end date/time of this solicitation to the following electronic address: RogersAN@state.gov ** Failure to submit this documentation as required prior to solicitation end date/time will result in unresponsive quote and removal from award consideration., 1, EA; LI 003, 4GB Encrypted Flash Drive.SPECS:Capacity 1GB, 2GB, 4GB, 8GB, 16GB Speed Up to 27MB/s read Up to 24MB/s write Memory Dual-channel SLC Flash Dimensions 75mm X 19mm X 9mm Weight.9 oz (25 grams) Waterproof MIL-STD-810F Temperature 0 C, +70 C Operating Shock 16G RMS Hardware USB 2.0 high speed Operating System Encryption Compatibility Windows 7 Windows Vista Windows XP SP2+ Windows 2000 SP4 Macintosh OS X 10.4+ Linux 2.6+ Hardware Encryption Data: AES Cipher-Block Chained mode Encryption Keys: 256-bit Hardware DRNG PKI: 2048-bit RSA Hashing: 256-bit SHA FIPS Validations: 140-2 Level 3 ENTERPRISE ENCRYPTED FLASH DRIVE SOLUTION REQUIREMENTS:Requirements for the Enterprise flash drive solution must include FIPS 140-2, Level 3 Certification:Current Federal Information Processing Standards (FIPS) 140-2, Level 3 certified encryption module utilizing 256-bit AES Key for encryption. See attachment on www.fedbid.com for FIPS standard information. ** Vendor MUST submit FIPS Certification Number/evidence of FIPS certification by email prior to the end date/time of this solicitation to the following electronic address: RogersAN@state.gov ** Failure to submit this documentation as required prior to solicitation end date/time will result in unresponsive quote and removal from award consideration., 1, EA; LI 004, 8GB Encrypted Flash Drive.SPECS:Capacity 1GB, 2GB, 4GB, 8GB, 16GB Speed Up to 27MB/s read Up to 24MB/s write Memory Dual-channel SLC Flash Dimensions 75mm X 19mm X 9mm Weight.9 oz (25 grams) Waterproof MIL-STD-810F Temperature 0 C, +70 C Operating Shock 16G RMS Hardware USB 2.0 high speed Operating System Encryption Compatibility Windows 7 Windows Vista Windows XP SP2+ Windows 2000 SP4 Macintosh OS X 10.4+ Linux 2.6+ Hardware Encryption Data: AES Cipher-Block Chained mode Encryption Keys: 256-bit Hardware DRNG PKI: 2048-bit RSA Hashing: 256-bit SHA FIPS Validations: 140-2 Level 3 ENTERPRISE ENCRYPTED FLASH DRIVE SOLUTION REQUIREMENTS:Requirements for the Enterprise flash drive solution must include FIPS 140-2, Level 3 Certification:Current Federal Information Processing Standards (FIPS) 140-2, Level 3 certified encryption module utilizing 256-bit AES Key for encryption. See attachment on www.fedbid.com for FIPS standard information. ** Vendor MUST submit FIPS Certification Number/evidence of FIPS certification by email prior to the end date/time of this solicitation to the following electronic address: RogersAN@state.gov ** Failure to submit this documentation as required prior to solicitation end date/time will result in unresponsive quote and removal from award consideration., 1, EA; LI 005, 16GB Encrypted Flash Drive.SPECS:Capacity 1GB, 2GB, 4GB, 8GB, 16GB Speed Up to 27MB/s read Up to 24MB/s write Memory Dual-channel SLC Flash Dimensions 75mm X 19mm X 9mm Weight.9 oz (25 grams) Waterproof MIL-STD-810F Temperature 0 C, +70 C Operating Shock 16G RMS Hardware USB 2.0 high speed Operating System Encryption Compatibility Windows 7 Windows Vista Windows XP SP2+ Windows 2000 SP4 Macintosh OS X 10.4+ Linux 2.6+ Hardware Encryption Data: AES Cipher-Block Chained mode Encryption Keys: 256-bit Hardware DRNG PKI: 2048-bit RSA Hashing: 256-bit SHA FIPS Validations: 140-2 Level 3 ENTERPRISE ENCRYPTED FLASH DRIVE SOLUTION REQUIREMENTS:Requirements for the Enterprise flash drive solution must include FIPS 140-2, Level 3 Certification:Current Federal Information Processing Standards (FIPS) 140-2, Level 3 certified encryption module utilizing 256-bit AES Key for encryption. See attachment on www.fedbid.com for FIPS standard information. ** Vendor MUST submit FIPS Certification Number/evidence of FIPS certification by email prior to the end date/time of this solicitation to the following electronic address: RogersAN@state.gov ** Failure to submit this documentation as required prior to solicitation end date/time will result in unresponsive quote and removal from award consideration., 1, EA; LI 006, Enterprise Server Seat License;This license grants the end-user access to the enterprise server for one device, or seat, for the purposes of centralized policy management, password recovery, etc., 1, EA; LI 007, Enterprise Server Seat Support;This component provides software assurance for future firmware upgrades and device features for the covered device(s)., 1, EA; LI 008, Annual Maintenance for Central Mngt Server Software, 1, EA; LI 009, Annual Maintenance for Server Seat License, 1, EA; LI 010, Annual Maintenance for Server Seat Support, 1, 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. An Offeror 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 vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. The Government intends to award a single Blanket Purchase Agreement under the procedures in FAR part 12 and FAR 13.303 for the same or similar supplies. No funded contract will result from award of this solicitation. Rather, a Blanket Purchase Agreement will be established for immediate use for subsequent funded requirements as they become necessary. The offeror shall furnish the supplies required, if and when requested by the contracting officer, during the specified period and within the stipulated aggregate amount. The aggregate BPA ceiling amount for the Agreement will be $5,000,000.00 for the life of the BPA. No individual purchase under the BPA shall exceed $5,000,000.00. The life of the Blanket Purchase Agreement will be 5 years from date of Agreement. The Government is obligated only to the extent of authorized purchases actually made under the BPA. Only warranted contracting officers in the Department of State Office of Acquisition Management (A/LM/AQM) are authorized to place orders under the BPA. BPA orders will be in the form of BPA Calls paid by Electronic Funds Transfer (not/not by Government Credit Card). New equipment ONLY, NO remanufactured, refurbished, or gray-market products. 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 Government intends to make award to the responsive offeror that provides the Best Value to the Government based on Technical Acceptability, Price, Delivery Timeframe and Past Performance. Award will be made to the offeror quoting fair and reasonable prices who meet ALL required technical specifications and who comply with ALL solicitation requirements. 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. 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. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR: http://www.arnet.gov/far DOSAR: http://statebuy.state.gov/dosar The following provisions and clauses are hereby incorporated. Please note that Representations and Certifications must be completed online through ORCA at https://orca.bpn.gov/. 52.212-1 -- Instructions to Offerors -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.212-4 -- Contract Terms and Conditions -- Commercial Items; 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (a) Bid sample means a product sample required to be submitted by a bidder to show those characteristics of the offered products that cannot adequately be described by specifications, purchase descriptions, or the invitation for bid (e.g., balance, facility of use, or pattern). (b) Bidders must furnish three (3) bid samples of each Line Items 002 through 005 as part of the bid, WITHIN 5 DAYS OF GOVERNMENT REQUEST. If the bidder fails to submit samples on time, the Government will reject the bid. (c) The Government will test or evaluate bid samples to determine compliance with all the salient characteristics and solicitation provisions of this solicitation. The Government will reject the bid when the sample fails to conform to the required characteristics. Products delivered under any resulting contract must conform to (1) The approved sample for the characteristics listed for test or evaluation; and (2) The specifications for all other characteristics. (d) Unless otherwise specified in the solicitation, bid samples shall be (1) Submitted at no expense to the Government; and (2) Returned at the bidders request and expense, unless they are destroyed during preaward testing. Alternate I (May 2002).(e) At the discretion of the Contracting Officer, the requirement for furnishing bid samples may be waived for a bidder if (1) The Contracting Officer determines that the previously offered product was accepted or tested and found to comply with specification and other requirements for technical acceptability conforming in every material respect with those in this solicitation. The Government will be evaluating the bid(s) on the following Best Value criteria:Technical,Price, Past Performance and Delivery Timeframe. The Government may consider all information available on the offeror's experience and past performance. This will include information that is in addition to that which is provided by the offeror. Technically acceptabality to include the following criteria as the Test Plan for each sample unit: DoS Requirements1.(FIPS) 140-2, Level 3 certified encryption module utilizing 256-bit AES Key for encryption2.Self-contained, environmentally hardened, tamper-proof housing3.Anti-malware protection4.Autorun prevention5.Centralized management of:1.Device assignment, with remote user activation2.Password recovery3.Firmware updates4.Device/User policy control (password settings, trusted onboard applications, etc.)6.Remote destruction capability, rendering data and media inaccessible/unusable7.All devices, components and management applications must be designed and manufactured in the US.8.Ability to connect to a PC or laptop without requiring a software client, extension cable, or preventing use of adjacent USB ports.Additional Desirable Features (Not Required)9.Integrated PKI certificate validation 1.Key recovery 2.Key escrow10.Integrated Biometric authentication11.Tracking of off-network devices (phone home)12.Physical Test Actual operation of the flash drive with the DoS configuration FOR EVALUATION PURPOSES ONLY, estimated quantities evaluated will be the following: Enterprise Central Management Server Software-Each 1; 2GB Encrypted Flash Drive-Each 1000; 4GB Encrypted Flash Drive - Each 2000; 8GB Encrypted Flash Drive-Each 2000;16GB Encrypted Flash Drive-Each 10,000; Enterprise Server Seat License-Each 10,000; Enterprise Server Seat Support-Each 10,000; Annual Maintenance for Central Mngt Server Software -Each 5; Annual Maintenance for Server Seat License -Each 50,000; Annual Maintenance for Server Seat Support- Each 50,000
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA10Q0085/listing.html)
 
Place of Performance
Address: Washington, DC 20547
Zip Code: 20547
 
Record
SN02080596-W 20100304/100302235130-61acbb4971c3f271b8512e39b807f035 (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.