Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOLICITATION NOTICE

70 -- Symantec Security Expressions License Renewal

Notice Date
2/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
11-236-SOL-00040
 
Archive Date
4/8/2011
 
Point of Contact
Stefanie W. Schmitz, Phone: 3014432242
 
E-Mail Address
Stefanie.Schmitz@ihs.gov
(Stefanie.Schmitz@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number 11-236-SOL-00040 applies and is issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. (iv) The North American Industry Classification System (NAICS) code is 443120 and the business size standard is 9.0 Million. This acquisition is unrestricted. The Government does not intend to pay for information solicited. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. The Indian Health Service intends to award a Firm Fixed Price purchase order resulting from this solicitation. (v) CLIN 0001 – Symantec Security Expressions Client license renewal, essential support – 12 months. Period of Performance: 4/2/11-4/1/12, MFG# 20777030. Quantity 25,000/each. CLIN 0002 – Symantec Security Expressions Server license renewal, essential support – 12 months, Period of Performance: 4/2/11-4/1/12, MFG # 20798047. Quantity 1,200/each. (vi) n/a (vii) Indian Health Service, National Area Program Office, 5300 Homestead Road, NE, Albuquerque, NM 87110, POC: Kathryn Lewis. (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and delivery in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). – This is a brand name requirement. In addition to the price quote, each vendor must be an authorized Symantec reseller. Award will be made as lowest cost technically acceptable. This is an all or nothing award, multiple awards will not be made. The Contracting Officer intends to award without discussions, therefore the quote should contain the best and final pricing. Evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2011). An offeror shall complete only paragraphs (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 and return it with their offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010). applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (January 2011). 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards; 52.219-4 Notice of Price Evaluation Preference for HUBZone small business Concerns; 52.222-3 Convict labor; 52.222.19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans; 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; 52.223-18 Contractor Policy to Ban Text Messaging while Driving; 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; (xiii) n/a (xiv) n/a (xv) Quotes are due 3/4/11, 1pm ET. All questions should be submitted in writing to Stefanie.W.Schmitz@uscg.mil. Due to possible fax and email transmission problems it is the contractor’s responsibility to verify receipt of quote. (xvi) POC is Stefanie Schmitz, Contract Specialist, 301-443-2242.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/11-236-SOL-00040/listing.html)
 
Record
SN02387827-W 20110227/110225234310-f495eef80f3e739dbedb655df61d0591 (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.