SOLICITATION NOTICE
D -- ANTI-SPAM/ANTI-SPYWARE HARDWARE AND SUPPORT - DOL110RQ21101 - BRAND NAME J&A - REDACTED
- Notice Date
- 8/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL110RQ21101
- Archive Date
- 9/16/2010
- Point of Contact
- Ronald J Jordan, Phone: 202-693-4595
- E-Mail Address
-
jordan.ronald@dol.gov
(jordan.ronald@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- DOL110RQ21101 - BRAND NAME J&A - REDACTED (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, in conjunction with FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number is DOL110RQ21101. This solicitation is issued as a Request for Quotations (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. (iv) This solicitation is not being issued as a set-aside. This solicitation is being issued under NAICS 541519 (SBA Size Standard: $25 million). (v) The following contract line item numbers (CLINs) and items, quantities and units of measure apply to this acquisition: CLIN DESCRIPTION QTY UNIT 0001 IRONPORT C370, STANDARD CONFIGURATION, 4 EA UGRADE FROM C30/C300 PART NUMBER: UPG-C370-R-NA 0002 CISCO IRONPORT C370, REFURBISHED SPARE UNIT 4 EA (PRODUCTION UNIT REQUIRED) PART NUMBER: C370-BUN-P-NA 0003 C370 PLATFORM RAILS FOR FOUR POST RACKS, 8 EA ROUND OR SQUARE HOLES PART NUMBER: RAIL-R710-4PST 0004 PLATINUM SUPPORT FOR CISCO IRONPORT C370 8 EA 1 YEAR PART NUMBER: SP-C370-P-1Y 0005 PLATINUM SUPPORT FOR CISCO IRONPORT C150 2 EA 10 MONTHS PART NUMBER: SP-C150-P-1Y 0006 CISCO IRONPORT ANTI-SPAM ENTERPRISE 1 YEAR 12,500 EA LICENSE KEY, XXXX MAILBOXES PART NUMBER: IPAS-EN-1Y 0007 SOPHOS ANTI-VIRUS ENTERPRISE 1 YEAR LICENSE 12,500 EA KEY, XXXX MAILBOXES PART NUMBER: SO-EN-1Y 0008 CISCO IRONPORT CENTRALIZED MANAGEMENT 8 EA FOR C370, 1 YEAR LICENSE KEY, XXXX ESAS PART NUMBER: IPCM-C1-1Y 0009 CISCO IRONPORT CENTRALIZED MANAGEMENT FOR 2 EA C100/C150/C160, 1 YEAR LICENSE KEY XXXX ESAS PART NUMBER: IPCM-C1-1Y (vi) Description of requirements for the services to be acquired : The contractor shall provide Anti-spam and Anti-spyware hardware and hardware and software support in support of the DOL, Information Technology Center (ITC). This requirement is being issued as a Brand Name for the HP items identified in section (v) above. (vii) Delivery shall occur within thirty (30) days after purchase order award. (viii) The provision at 52.212-2, Evaluations-Commercial Items, applies to this acquisition, including the following addendum: 52.212-2(c) Period for acceptance of offers : Prospective contractors agrees to hold the prices in its offer firm for 60 calendar days from the date specified fro receipt of offers. (ix) Offerors are advised that offers will be evaluated on a basis of best value and award will be made to the prospective contractor who submits the lowest price technically acceptable quotation. (x) Prospective contractors are advised to include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer (xi) Prospective contractors are advised that the clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) Prospective contractors are advised that the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items applies to this acquisition. The following additional FAR clauses cited in this clause apply to this acquisition: 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (xiii) Prospective contractors are advised that the following additional contract terms and conditions apply: The provider of information technology shall certify, by submitting a proposal to this acquisition, that: a) All applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer (IE), version 7, and subsequent versions of IE that are integrated into the FDCC, configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see: http://csrc.nist.gov/itsec/guidance_WinXP.html, and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html ; b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default "program files" directory and should be able to silently install and uninstall; c) Applications designed for normal end users shall run with full functionality in the standard user context without elevated system administration privileges. (xiv) Quotations must be submitted no later than 1:00 PM, EST, September 1, 2010. Quotations must be submitted electronically via email to Mr. Ronald Jordan, Contracting Officer at Jordan.ronald@dol.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL110RQ21101/listing.html)
- Place of Performance
- Address: 200 CONSTITUTION AVE, NW, WASHINGTON, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN02259084-W 20100829/100828000325-3489625e5dacb0badbf1c79527647764 (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 |