Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2011 FBO #3472
SOLICITATION NOTICE

70 -- Check Point Firewall Software/Hardware Appliances - Schedule of Supplies/Services

Notice Date
5/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-11-Q-0109
 
Archive Date
9/30/2011
 
Point of Contact
Tracy A Birch, Phone: 717-770-6613, JONI L. STEPHENS, Phone: 717-770-5912
 
E-Mail Address
tracy.birch@dla.mil, JONI.STEPHENS@DLA.MIL
(tracy.birch@dla.mil, JONI.STEPHENS@DLA.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule of Supplies/Services This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with FAR Part 13.5, Test Program for Certain Commercial Items, 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. This solicitation is issued as a Request for Quote (RFQ), Solicitation Number SP3300-11-Q-0109. This notice incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-50 effective 16 May 2011, the Defense Federal Acquisition Regulation Supplement (DFARs) DPN 20110518 edition effective 18 May 2011, and the Defense Logistics Agency Directive (DLAD) current to Revision 5 and PROCLT 2011-12. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ This acquisition is a total 100% small business set-aside among certified resellers of Check Point. The associated NAICS code is 334112, and the associated small business size standard is 1,000 employees. DLA Distribution has a requirement Check Point Firewall Software/Hardware appliances. See the attached schedule of supplies/services for Contract Line Item Number (CLIN) identification. Part Numbers shown in the schedule of supplies/services are Check Point Part Numbers. Delivery is required no later than two (2) weeks after contract award. Delivery is required to the following address: DLA Information Operations New Cumberland Building 54-2, Door 8, M Avenue New Cumberland, PA 17070 Offeror must be a certified reseller or agent of the manufacturer for the products requested. All products and components must be manufacturer new, sourced directly from the manufacturer or via an authorized distributor, and must include the manufacturer's full hardware and/or software warranty. No third party, refurbished, or gray market items will be accepted. All products must be supportable via the manufacturer's extended support contracts without recertification by the manufacturer. All licenses, warranties, and extended support contracts must convey to the Federal Government. BRAND NAME JUSTIFICATION This requirement includes with the solicitation the enclosed brand name justification in accordance with FAR 6.302-1(c): Restriction of sources for this acquisition is justified in accordance with 10 U.S.C. 2304(c)(1). This requirement is for Check Point firewall software/hardware appliances. Checkpoint products are valuable components that give DLA Distribution the capability to do remote firewall administration utilizing existing product management systems in DLA. DLA Information Operations New Cumberland utilizes Checkpoint hardware/software for all end-point and boundary security applications within the agency. DLA Distribution's existing platform cannot interface with any product other than the Check Point firewall suite. The current enterprise management systems used for the Checkpoint products support this combination of hardware and software only to include the management software suite utilized by the NOSC, Provider 1. This management suite manages all the firewalls in the enclave, and allows for centralized rule management as well as security requirements from higher authorities. The Provider 1 solution is a Checkpoint proprietary management software suite that cannot be utilized by any other hardware platforms. The configuration of our security using equipment from sole manufacturers strengthens management abilities; thus allowing timely implementation of security polices for DOD, DLA and DLA Information Operations New Cumberland requirements. Selecting the proper equipment increases our effectiveness to maintain and manage DLA Information Operations New Cumberland end-point/boundary security that is functional, dependable and available in support of our mission for all depots worldwide. The Government intends to award a Firm-Fixed Price purchase order resulting from this notice. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. PREFERRED METHOD OF PAYMENT IS BY GOVERNMENT CREDIT CARD: DO YOU ACCEPT A CREDIT CARD FOR PAYMENT? YES _____ NO______ NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. The following provisions and clauses are applicable to this acquisition. The applicable clauses will be incorporated into the contract award document: FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERICAL ITEMS (JUN 2008). Addenda to 52.212-1: the following paragraphs are hereby deleted from this provision: paragraphs (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (APR 2011); FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (JUNE 2010). Addenda to FAR 52.212-4: The following clauses apply: FAR 52.247-34, FOB Destination (NOV 1991). FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (APR 2011) to include FAR 52.203-6; 52.204-10; 52.209-6; 52.219-6 ALT I; 52.219-8; 52.219-14; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.223-18; 52.225-13; AND 52.232-33 DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUN 2005); DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLETEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2011) to include FAR 52.203-3; 252.203-7000; 252.225-7012; 252.232-7003; 252.243-7002; AND 252.247-7023. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999); DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR)(JUN 2001); DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM)(FEB 2007). Additional required clauses other than those listed above may be included as Addenda on the award document. OFFEROR SUBMISSION INSTRUCTIONS - Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number. (2) Solicitation number. (3) Unit Price and extended prices for all CLIN(S). (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code. (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation). (6) Documentation that demonstrates that the offeror is a certified Check Point reseller/distributor. 2. Contractors are required to include a copy of the FAR Provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR Provision 252.212- 7000-Offeror Representation and Certification-Commercial Items with its quote or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price quote or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 EVALUATION OF QUOTATIONS OR OFFERS: The Government intends to award one (1) Firm-Fixed Price (FFP) purchase order as a result of this Request for Quote (RFQ). Award will be based on the total overall lowest price quoted that provides the brand name equipment requested in the required delivery timeframe. All questions and inquiries should be addressed via email to Tracy.Birch@dla.mil, RFQ Number SP3300-11-Q-0109. Offerors responding to this announcement shall submit their quotations to Tracy Birch to the above email address. All quotes must be received NLT 12:00pm eastern time on 9 June 2011. Failure to submit all of the information requested by the solicitation may result in the offer being eliminated from consideration for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-11-Q-0109/listing.html)
 
Place of Performance
Address: DLA Distribution Information Operations sited at New Cumberland, PA, New Cumberland, Pennsylvania, 17070-5000, United States
Zip Code: 17070-5000
 
Record
SN02458390-W 20110528/110526235202-ae795c7097bf367faac7e4f7e452a5c4 (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.