Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOLICITATION NOTICE

70 -- RECOVERY--70--RECOVERY - Harware and Software

Notice Date
6/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1701 N. Ft. Myer Dr., Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
101903B072_01
 
Response Due
6/24/2010
 
Archive Date
12/21/2010
 
Point of Contact
Name: Lawanna Manning, Title: CONTRACT SPECIALIST, Phone: 7038756069, Fax:
 
E-Mail Address
manninglr@state.gov;
 
Small Business Set-Aside
Total Small Business
 
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 101903B072_01 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 a [ Small Business ] set-aside 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 2010-06-24 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be SPRINGFIELD, VA 22153 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, NSMXpress Appliance with license for Central ManagerPart #: NS-SM-A-CM, 1, EA; LI 002, NSM 3000 Appliance Base System with license for managing up to 25 devicesPart #: NS-SM-XL-A-BSE, 3, EA; LI 003, Additional increments of 100 devices for NSMXpress, NSM 3000 Appliance and Network and Security Manager SoftwarePart #: NS-SM-ADD-100D, 3, EA; LI 004, NSM 3000 Appliance Base System with license for managing up to 25 devicesPart #: NS-SM-XL-A-BSE, 3, EA; LI 005, Infranet Controller 6500 Hardware Base Unit Federation ICPart #: IC6500FIPS, 1, EA; LI 006, Infranet Controller 6500 Hardware Base UnitRedundant Federation IC Part #: IC6500FIPS, 1, EA; LI 007, License for IF-MAP server on standalone IC. Hardware purchased separately. See UAC licensing guide for more detailsPart #: IC6500-IFMAP, 1, EA; LI 008, Clustering: License for IF-MAP server on standalone IC. Hardware purchased separately. See UAC licensing guide for more detailsPart#: IC6500-IFMAP-CL, 1, EA; LI 009, Infranet Controller 6500 Hardware Base Unit (Enclave IC)Part #: IC6500FIPS, 1, EA; LI 010, Infranet Controller 6500 Hardware Base Unit (Redundant enclave IC)Part #: IC6500FIPS, 1, EA; LI 011, Add 100 simultaneous endpoints to IC6500Part #: IC6500-ADD-100E, 1, EA; LI 012, Allow clustering to another IC6500 licensed for up to 500 endpointsPart #: IC6500-CL-500E, 1, EA; LI 013, SSG 520M System, 1GB DRAM, 1 AC Power SupplyPart #: SSG-520M-SH, 4, EA; LI 014, Infranet Controller 6500 Hardware Base UnitBase SystemsPart #: IC6500FIPS, 140, EA; LI 015, Infranet Controller 6500 Hardware Base Unit (Redundant Base Systems)Part #: IC6500FIPS, 140, EA; LI 016, 1000 plus endpoints Infranet Controller 6500 Hardware Base UnitPart #: IC6500FIPS, 5, EA; LI 017, 1000 plus endpoints Infranet Controller 6500 Hardware Base Unit (Redundant Base System)Part #: IC6500FIPS, 5, EA; LI 018, AC Power Supply (400W)Part #: UNIV-PS-400W-AC, 258, EA; LI 019, Add 100 simultaneous endpoints to IC6500Part #: IC6500-ADD-100E, 204, EA; LI 020, Add 500 simultaneous endpoints to IC6500Part #: IC6500-ADD-500E, 38, EA; LI 021, Allow clustering to another IC6500 for up to 500 endpointsPart #: IC6500-CL-500, 55, EA; LI 022, Add 1000 simultaneous endpoints to IC6500 large Part #: IC6500-ADD-1000E, 6, EA; LI 023, Allow clustering to another IC6500 for maximum supported simultaneous endpoints - unlimitedPart#: IC6500-CL, 7, EA; LI 024, J-Care NextDay Support for NSM-XL-A-BSE Base appliance and 25 device licensePart #: SVC-ND-NSM-XL-A-BSE, 6, EA; LI 025, J-Care Continuity Core Service for NSM-A100 - 100 additional device licensePart #: SVC-2-COR-NSM-A100, 3, EA; LI 026, J-Care NextDay Support for IC6.5K-L (100-1000 EP)Part #: SVC-ND-IC6.5K-L, 2, EA; LI 027, J-Care NextDay Support for IC6.5K-CLPart #: SVC-ND-IC6.5K-CL, 2, EA; LI 028, J-Care NextDay Support for SSG520MPart #: SVC-ND-SSG520M, 4, EA; LI 029, J-Care NextDay Support for IC6.5K-L (25-250 EP)Part #: SVC-ND-IC6.5K-L, 40, EA; LI 030, J-Care NextDay Support for IC6.5K-CLPart #: SVC-ND-IC6.5K-CL, 40, EA; LI 031, J-Care NextDay Support for IC6.5K-M (251-2000 EP)Part #: SVC-ND-IC6.5K-M, 100, EA; LI 032, J-Care NextDay Support for IC6.5K-CLPart #: SVC-ND-IC6.5K-CL, 100, EA; LI 033, J-Care NextDay Support for IC6.5K-M (1001-10K EP)Part #: SVC-ND-IC6.5K-M, 5, EA; LI 034, J-Care NextDay Support for IC6.5K-CLPart #: SVC-ND-IC6.5K-CL, 5, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements.Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Ciscos current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. 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. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. (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. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. 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. This procurement action is being funded with supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009 (ARRA), Pub. L. 111-5. It is the intention of the Department of State to issue a bilateral contract resulting from this solicitation, which, in addition to other contract clauses, will incorporate commercial contract clauses specific to ARRA procurements. Contract clauses will include: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Alternate II May 2009), 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Mar 2009), 52.204-11 American Recovery and Reinvestment ActReporting Requirements (Mar 2009), and 52.214-26 Audit and RecordsSealed Bidding (Mar 2009). The awardee must also submit a copy of all invoices to the Contracting Officer and/or Contract Specialist named on page 1 of the contract, for recording purposes. Failure to furnish a copy of all invoices accordingly may result in denied invoice approval and/or payment. Please review system requirement attachment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/101903B072_01/listing.html)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
 
Record
SN02184963-W 20100624/100622235759-d8b7f8fdb6fe7216dbbf7fa34b9d4f85 (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.