Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
MODIFICATION

70 -- IBM Websphere Datapower XML Gateway XS40 with HDD (Brand Name or Equal)

Notice Date
8/31/2009
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-09-Q-A038
 
Point of Contact
Lee Mutschler, Phone: 6182561188, Jennifer L Gasparich, Phone: 618.256.9940
 
E-Mail Address
lee.mutschler@scott.af.mil, jennifer.gasparich@scott.af.mil
(lee.mutschler@scott.af.mil, jennifer.gasparich@scott.af.mil)
 
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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The AMC Specialized Contracting Branch intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. This solicitation is full and open competitive. The North American Industry Classification System (NAICS) for this acquisition is 334111 with a Small Business Size Standard of 1000 employees. Please identify your business size in your response based upon this standard. The solicitation number for this announcement is Request for Quote (RFQ) FA4452-09-Q-A038. This is a brand name or equal requirement with required salient characteristics. This requirement is for the following: CLIN 0001: Quantity of: 8 Brand Name or Equal IBM Websphere Datapower XML Security Gateway XS40's with HDD Salient Characteristics: - Hardened Service Oriented Architecture (SOA) appliance for scalable security, policy enforcement and access controls. The network appliance needs to simplify, improve security, and provide the capability to accelerate XML and Web service deployments. - Reduce costs and the complexity of securing services, data and applications with a scalable standards based hardware appliance. The appliance needs to provide the ability for consistent enforcement of security and governance policy with an easy to use - Provide capability to achieve and maintain industry/regulatory compliance with robust data protection, policy enforcement and auditing capabilities. - Restrict access to applications, services, and data based on customizable roles and rights. Improve the alignment of IT and business with dynamic control of service level management, routing, security and performance. - Needs to provide the standard XML firewall capabilities by acting as an XML proxy and performing checks on the XML for correct form, buffer overrun checks, XML schema validation, XML filtering, and XDoS protection. In addition to the standard XML firewall capabilities, the devices needs to provide web services access control, XML encryption and digital signatures, and content based routing. - The appliance needs to protect the web services by providing denial of service protection by validating all incoming requests and block all invalid attempts. The appliance must maintain an audit of all malicious and other invalid attempts for post attack forensics. - Provide granular and conditional security policies that include the ability to encrypt, decrypt, and provide digital signature verification of entire the entire XML document or selective fields in the XML document. - Provide service virtualization to provide web services to the external user community without leaking out detailed information about the location or configuration of the actual web services. The application needs to provide for both Universal Description Discovery and Dynamic Discovery. - Provide centralized policy management to enable the support center to maintain the appliances from our central site to keep ongoing maintenance costs down. The appliance needs to provide SNMP capabilities to report on events to our NetIQ enterprise manager. The appliance needs to provide support for RADIUS and LDAP. - Appliance needs to have an XML processing engine to ensure that the resource intensive checks (schema validation, encryption, and signature verification) are completed in a timely manner to prevent delays in handling the request. - The appliance needs to be able to natively support multiple protocols to include, but not limited to: http, https, ftp, sftp, smtp, and scp. - Appliance needs to have native support for automatically directing the webservice requests, load balancing, across multiple endpoints providing the requested service(s). The appliance needs to have the capability to be fielded as a pair and automatically handle the failure of one of the devices (Failover support). Delivery: On site delivery NLT 29 September 2009 Required shipping: FOB Destination to the following Government installation: Attention John Herrick, 243 EIS/GDSS Depot, 50 Western Ave, South Portland, ME 04106-2499 The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. The clause at FAR 52.211-6, Brand Name or Equal, applies to this acquisition. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The following clauses apply to this requirement FAR 52.214-21 Descriptive Literature. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.227-7015, Technical Data--Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023, Transportation of Supplies by Sea. The clause at AFFARS 5352.201-9101 Ombudsman - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael Jackson, HQ AMC/A7K, 507 Symington Dr, Scott AFB, IL 62225-5022, 618-229-0267, FAX 618-256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. All offers are due to this agency no later than 2:00 p.m., Central Daylight Time (CST), 4 September 2009. Send all offers to the attention of Lee Mutschler, HQ AMC/A7KQA, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-5724, or e-mail to lee.mutschler@scott.af.mil, phone 618-256-1188. To view the clauses in full text, visit www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-09-Q-A038/listing.html)
 
Place of Performance
Address: Required shipping: FOB Destination to the following Government installation:, Attention John Herrick, 243 EIS/GDSS Depot, 50 Western Ave, South Portland, ME, South Portland, Maine, 04106-2499, United States
Zip Code: 04106-2499
 
Record
SN01934301-W 20090902/090901001746-88c5ffe58c69c6905ec3143ae521357a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.