SOLICITATION NOTICE
D -- Patch Managment Solution/Services
- Notice Date
- 7/18/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
- ZIP Code
- 20910
- Solicitation Number
- Reference-Number-NRMA0000500067mac
- Response Due
- 7/29/2005
- Point of Contact
- Sandra Shaffner, Contract Specialist, Phone 301-713-0820 X164, Fax 301-713-0808, - Mario Checchia, Contract Specialist, Phone 301-713-0820, Fax 301-713-0806,
- E-Mail Address
-
Sandra.Shaffner@noaa.gov, Mario.A.Checchia@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with Sub-Part 12.6 and Part 13 of the Federal Acquisition Regulations, and as supplemented with additional information in this notice. This combined synopsis/solicitation constitutes the only request for the subject services and a separate written solicitation will not be issued. This synopsis/solicitation number NRMA00005000067mac is issued as a REQUEST FOR QUOTATION(RFQ). The response to the RFQ shall have three parts ; 1) provide a firm fixed price quote for the software product at the following specific numbered quantities/units : 1,000, 5,000, 10,000, 15,000, 20,000, and 30,000 seats and/or users- OR an enterprise wide use license price and the response shall identify any hardware requirements for software management (patch deployment servers), and reporting (central reporting server), 2) provide a separate price quote for training of each System Administrator and 3) provide a separate quote for five years of maintenance of the patch management solution system. This requirement is a 100% small business set-aside. The NAICS code is 541519. A firm-fixed price contract is planned for a total period of performance of five (5) years. The National Oceanic & Atmospheric Administration (NOAA) requires a patch management solution that is capable of delivering patches to all computers on its geographically dispersed networks(see www.noaa.gov for more information) and includes but not limited to management tools and application that monitors patches and vulnerabilities of a wide range of general operating systems of its network nodes, and of its applications. The general operating systems include but not limited to DOS, Windows, Mac, Sun Solaris, Linux, UNIX, Mainframes, and IOS. Any response shall meet the following requirement for the subject NOAA patch management solution: 1) shall meet NOAA, Department of Commerce, and other applicable policies and guidelines (see the following web-sites - FISMA, FIPS, NIST-800, OMB, etc) - http://www.bitpipe.com/tlist/Patch-Management-Software.html o http://64.233.161.104/search?q=cache:qDMk_ipO7WkJ:csrc.nist.gov/sec-cert/ca-background.html+FISMA+document&hl=en o http://www.itl.nist.gov/fipspubs/ o http://csrc.nist.gov/publications/nistpubs/ o http://www.fedweb.org/donohue.pdf 2) shall provide support for product implementation and deployment, supply training and documentation, make available phone support during business hours(8am to 9 pm EST.) and if patches are provided through the solution vendor, critical patches shall be made available within 24 hours of the application/operating system’s original vendor release, 3) shall provide remote access support, including but not limited to remote client patching of offsite users (e.g. Laptops, Tele-workers, remote users) and scheduled delivery of patches (e.g. on next connection etc.), 4) shall provide patch deployment and intelligence support including but not limited to the ability to provide patch information in detail, remote delivery of patches, management of original patch vendor’s patch dependencies and version rollups, rollback patches for specified machines, select patches to apply and to exclude, schedule reboots after patch installation, provide non-scripting mechanism for patch application and delivery of patches, 5) shall provide security features including secure communication (encrypted, authentication, etc), between Client-Server, Server-Console and Client/Server/Console-Original Patch Vendor communications, 6) shall have reporting features that includes but not limited to audit systems for patch distribution status, identification of missing patches, verification of successful patch installation, and customizable reporting on specific patches such as patch criticality reporting and patch version history reporting, 7) shall have the ability to export report data to a common readable format (CSV (Comma separated value file), HTTP (Hyper Text Markup Language), XML (extensible markup language), etc) , 8) shall have the capability of supporting an architecture that could be geographically dispersed throughout the 50 states with multiple and dissimilar management domains, and 9) shall support a distributed system administration model with capabilities for centralized reporting (centralized administration capability is preferred but not required.) All access to and operation of the patch management solution tool is authenticated, authorized and auditable as appropriate by the tool and/or its operating environment. The database must be exportable into common readable format (CSV (or comma delimited file), plain text, etc), and shall be stored, and accessible in a secure manner. Maintenance : The maintenance of the patch management solution shall include version upgrades, fixes, and patches for the five(5) year period. The contractor will provide separate pricing for maintenance, unless already included in the price of the patch management solution, which shall include but not limited to software upgrades, bug fixes and technical support, for five(5) separate twelve(12) month maintenance periods beginning the contract start date through the following sixty(60) months. The Government shall have the option to unilaterally extend each twelve(12) month maintenance renewal period for the duration of the contract. Maintenance renewal shall not exceed one twelve(12) month period. All terms and conditions applicable to the first twelve(12) month period shall extend to any following twelve(12) month periods unless otherwise agreed upon. The resulting purchase order shall be awarded on a firm fixed price basis. The award will be made on a best value basis using simplified acquisition procedures and commercial acquisition procedures. Offers will be evaluated based upon approach, past performance, and price. The terms and conditions of award are those in effect through Federal Acquisition Circular 2005-4. The provisions and clauses are available at http://www.arnet.gov. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach; (ii) past performance; (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addendum to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses are applicable to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans for the Vietnam Era; FAR 52.227-14 Rights in Data – General; FAR 52.232-1, Payments; FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer; FAR 52.249-2, Termination for Convenience of the Government (Fixed Price (Short From). All responsible sources that can meet the requirements and provide the services listed above may respond to this combined synopsis/solicitation with a quotation addressed to Sandra Shaffner, NOAA AMD, 1305 East West Highway, Room 7142, Silver Spring, MD 20910, to be received no later than July 29, 2005 at 2:00 pm local time. Responses shall be e-mailed to Sandra.Shaffner@noaa.gov. Responses shall not exceed more than twenty five(25) pages including a letter of transmittal. It is the responsibility of the contractor to confirm NOAA’s receipt of proposal. Each response shall address the approach to perform and manage the work, past performance that is relevant and high quality, and price to perform. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JUL-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-OCT-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NOAA/AGAMD/Reference-Number-NRMA0000500067mac/listing.html)
- Record
- SN00914257-F 20051013/051011212528 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |