Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2010 FBO #3120
MODIFICATION

70 -- RECOVERY - Data Loss Prevention-DLP RFQ

Notice Date
6/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
334611 — Software Reproducing
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
DLT
 
Archive Date
6/15/2010
 
Point of Contact
Cynthia I Harper, , Amanda N. Rogers,
 
E-Mail Address
harperc@state.gov, rogersan@state.gov
(harperc@state.gov, rogersan@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: PRE-SOLICITATION NOTICE ONLY RECOVERY – American Recovery and Reinvestment Act of 2009 Synopsis: In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub. L. 111-5. THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY, IAW FAR 5.204, PUBLICIZING - PRE-SOLICITATION NOTICE. THE GOVERNMENT POSTS THIS NOTICE OF INTENT TO COMPETE A FIRM FIXED PRICE SOLICITATION FOR THE DEPARTMENT OF STATE. THE PROJECT DESCRIPTION IS AS FOLLOWS: The Department of State (DoS), Bureaus of Information Resource Management (IRM), Diplomatic Security (DS) and the Bureau of Administration (A) in collaborative effort are currently assessing the Department’s capability to safeguard Personally Identifiable Information (PII). This procurement will be funded with ARRA funds and the following Recovery Act clauses will be incorporated: Recovery Clauses: · 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 · 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements · The Contractor shall use http://www.FederalReporting.gov an online reporting tool. · 52.212-5 Contract Terms and Conditions to Implement Statues or Executive Orders - Commercial Items (Apr 2009) - (Alternate II - Mar 2009) · The following Provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 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 Alternate II (March 2009), and Citing: 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; and 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). · This contract will be funded with American Recovery and Reinvestment Act (ARRA) funds in Support of the American Recovery and Reinvestment Act of 2009. · The Government will fund work performed under this contract with appropriations received from ARRA as such the contractor is required to report on its use of Recovery Act funds under this contract pursuant to FAR clause 52.204-11 American Recovery and Reinvestment Act--Reporting (March 2009). The Contractor shall use http://www.FederalReporting.gov an online reporting tool. · The contractor must track and bill this task and should submit an invoice with special project code (191119.9.3; RACF 2002) for ARRA funds. The contractor shall also provide copies of time sheets which support the number of hours worked, labor categories, hourly rate and cost expended for each ARRA deliverable and service provided. At the GTM s request, a monthly status meeting may be held. These reports maybe publish in whole or in part on the US government s Recovery Act public web site. Specific format will be determined after contract award by the GTM. · FAR clause 52.204-11 American Recovery and Reinvestment Act--Reporting (March 2009) is hereby incorporated. · The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The project shall support the Department of State by providing Data Loss Prevention (DLP) in a depth of monitoring of user-generated information not currently performed by the Department. Currently, the State Department Network uses a notification (“warning banner”) that provides necessary and sufficient notice to users of the monitoring of their activity against all IT resources and networks. Total value of this procurement is estimated to be $1.5M. ************************************************************************** THIS IS A PRE-SOLICITATION NOTICE ONLY - NO OTHER INFORMATION IS AVAILABLE AT THIS TIME ************************************************************************** Contracting Office Address: P.O. Box 9115 Rosslyn Station Arlington, Virginia 22219 Primary Point of Contact: Cynthia Harper Contract Specialist harperc@state.gov Alternate Point of Contact: Amanda Rogers Contract Specialist rogersan@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/DLT/listing.html)
 
Place of Performance
Address: Department of State, 1000 Wilson BLVD, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN02172045-W 20100610/100608235634-856a7b70683e391a210e0765729ea258 (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.