Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
SOLICITATION NOTICE

D -- Check Point Support and Software Subscription

Notice Date
2/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB181000-12-01489
 
Archive Date
4/27/2012
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
willie.lu@nist.gov, chon.son@nist.gov
(willie.lu@nist.gov, chon.son@nist.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-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS ACQUISITION IS BEING PROCURED UTILIZING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with size standard of $12.5M. This acquisition is being procured as a small business set-aside. The Information Technology Security & Networking Division of the Office of Information Systems Management (OISM) at the National Institute of Standards and Technology (NIST) directs the NIST IT Security Program to ensure the security of NIST IT systems and networks and compliance with Federal regulations and DoC policies. Ensures NIST IT security policies and procedures are developed, maintained, understood and properly implemented and enforced. The Division manages the IT System Certification and Accreditation Program as well as the NIST IT Security Awareness, Training and Education Program. Responds and reports on IT security incidents, makes technical recommendations on IT security configurations and products, performs system vulnerability testing, and monitors and evaluates security performance on sensitive enterprise systems. Implements and tests firewall policies, oversees day to day firewall operations, evaluates network threats and vulnerabilities, performs network vulnerability testing, provides oversight of the central NIST communications infrastructure, and provides secure remote access. Manages all aspects of the NIST IT network and services in support of NIST programs; monitors security, performance, and workload of the network infrastructure to ensure maximum effective use of installed systems; tracks emerging network technology to ensure that new technology and services are introduced that are the best possible match to NIST requirements. The NIST firewall and remote access infrastructure is based on Checkpoint and Nokia products. The firewall and embedded remote access infrastructure consists of strategically-placed Checkpoint or Nokia devices running the Checkpoint firewall application, Checkpoint management devices, and other devices supporting the Checkpoint firewall management components. The firewall and remote access services are considered moderate availability services at NIST; therefore, firewall appliances are deployed at both sites with standby appliances at each site as is necessary for redundancy. Line items 0001, 0002, and 0003 are BRAND NAME ONLY requirements. These brand name products are required because they are the only brand that meets the agency's needs. All interested Contractors shall provide a firm fixed price quote for the following: Line item 0001: Quantity one (1) Part# CPES-SS-STANDARD Check Point Standard Support and Software Subscription (Support for Appliance Gateways) User Centers: 6492738, 6598303, 6759043 Support Period of Performance: 3/1/2012 to 2/28/2013 Line item 0002: Quantity one (1) Part # CPES-SS-STANDARD Check Point Standard Support and Software Subscription (Support for Software Gateways) User Centers: 6492738, 6598303, 6759043 Support Period of Performance: 3/1/2012 to 2/28/2013 Line item 0003: Quantity one (1) Part #CPSB-IPS-L Check Point IPS blade for 1 year for high-end appliances and pre-defined systems User Centers: 6492738, 6598303, 6759043 Support Period of Performance: 3/1/2012 to 2/28/2013 Delivery Terms Delivery terms shall be FOB Destination, and take place in accordance with Contractor's commercial schedule. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Technical Evaluation Criteria Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate the offeror's quote and award to the lowest priced, technically acceptable offeror. Quotation Submission Instructions All vendors shall submit the following to Willie Lu, Contract Specialist at willie.lu@nist.gov: 1) An electronic version of a quotation which addresses all of the above items; 2) Technical description, specifications, and/or product literature; and 3) the most recent published price list(s) with quoted item(s) highlighted. This is an Open-Market Combined Synopsis/Solicitation for item(s) as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotations must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on March 8, 2012. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 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 including subparagraphs: 52.219-28 Post-Award Small Business Program Representation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 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, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, FOB Destination; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB181000-12-01489/listing.html)
 
Place of Performance
Address: 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02684073-W 20120229/120227235209-fd263d07afe2a014a79fc17e949a6dfd (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.