MODIFICATION
D -- OS on Secure (FIPS 140-2 Level 3) USB Device - Amendment 1
- Notice Date
- 5/20/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Disaster Operations & IT Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
- ZIP Code
- 20472
- Solicitation Number
- HSFEHQ-10-R-0078
- Archive Date
- 7/30/2010
- Point of Contact
- Robin Dorsey,
- E-Mail Address
-
robin.dorsey@dhs.gov
(robin.dorsey@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Questions, Answers, and Clarifications added 5/20/10 Please see the revised specifications to this solicitation added 5/20/10 FEMA is hereby requesting that you submit an offer to provide services to provide two hundred OS on Secure (200) FIPS 140-2 level 3 certified USB devices, the Operating System to allow access to the Agency's Windows based software system, along with the service to configure, install, and provide the Government the capability to centrally manage the devices (remote management via a web based control center). This solicitation will result in a Firm Fixed Price ( FFP) award with (1) twelve (12) month base period. The government reserves the right to extend the term of the contract beyond as per FAR 52.217-8 Option to Extend Services (NOV 1999). The Government may order up to additional 1400 devices increments of 200. This is not a guarantee that we will order the additional quantities however we reserve the right to exercise that option as per FAR 52.217-7 Option for Increased Quantity -Separately Priced Line Item (MAR 1989). The additional quantities are also subject to the availability of funds per FAR 52.232-18 Availability of Funds (APR 1984). Proposal Submission Instructions Technical and cost/price proposals shall be separate documents and consist of the following tabs: TAB 1- Technical Proposal. Technical proposal information will be streamlined and limited to 10 pages. This requirement excludes the resumes of key personnel listed in the SOW, although these resumes are required as well. At a minimum, technical proposals shall address the following elements: • Technical approach for Service of the USB devices • USB Capabilities as per the SOW and the Specifications attached in this RFP • Management approach and staffing • Security (including clearance level) TAB 2 - Cost/Price Proposal. The contractor shall provide a cost proposal of unlimited pages that covers the base period as stated above. This part of the proposal shall include details for all resources required to accomplish the requirements, e.g., USB devices, services, and technical support. The cost/price proposal must be a separate document and also identify any GFE and/or GFI required for task performance. ****** See the revised Specifications attachment******** Technical Evaluation Criteria: Contractor responses shall be evaluated as to whether or not they have demonstrated the ability to meet the needs of the government under the criteria set forth below: Technical Cost/Price The offeror's technical capability is significantly more important than cost/price for the purposes of proposal evaluation. Contract award shall be made to the responsible contractor whose proposal, in conforming to this statement of work, provides an overall best value to the government wherein the government is more concerned with obtaining superior technical capability than in making an award to the firm with the lowest overall price to the government. This solicitation will be a PASS or FAIL rating. If you FAIL in one section your proposal will be deemed unacceptable without further consideration. Proposal Deadlines Your response of technical and cost/pricing proposals should be forwarded electronically to the contract specialist Robin Dorsey ( Robin.Dorsey@dhs.gov )/ and actual devices should be mailed To: ATTN: Robin Dorsey 500 C Street, SW Patriot Plaza, 5 th Floor/Cube W36 Washington, DC 20472 No later than Monday, June 7, 2010, at 1:00 PM Eastern Standard Time. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the government. When responding, please include "Solicitation Number/OS Secure (FIPS 140-2 Level 3) USB Test Devices. To verify receipt of your response, the contract specialist will send an email confirming receipt. Any questions or assumptions regarding this solicitation must be submitted in writing via e-mail to the contract specialist noted above no later than Monday, May 17, 2010, at 3:00 PM Eastern Standard Time (ENDED). Questions submitted to any other point of contact will not be accepted. ******We will not be accpeting any further questions see Q&A***** Upon receipt and evaluation of proposals/samples the government intends to make an award without further discussion; however, this does not prohibit the government from holding discussions prior to award if the contracting officer determines discussions to be in the best interest of the government. This is not a pre-selected solicitation. However, this is a priority project and we acknowledge the tightness of the deadlines. Failure to comply with all of the rules and regulations in this solicitation will automatically disqualify you. Attachments: SOW, Technical Specifications, Q&A (Revised Specifications)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/ORPD/HSFEHQ-10-R-0078/listing.html)
- Place of Performance
- Address: See SOW for full disclosure for in Section 6.0, DHS/FEMA, ATTN: Robin Dorsey, 500 C Street, SW, Patriot Plaza, 5th Floor, Cube W36, Washington, District of Columbia, 20472, United States
- Zip Code: 20472
- Zip Code: 20472
- Record
- SN02155061-W 20100522/100520234712-d66a061ff9d3be7cec2a9762fffbd1c8 (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 |