MODIFICATION
70 -- Cascade Enterprise Profiler
- Notice Date
- 6/7/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- 935 Pennsylvania Avenue NW, Washington, DC 20535
- ZIP Code
- 20535
- Solicitation Number
- 2086123046
- Response Due
- 6/8/2012
- Archive Date
- 12/5/2012
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT NOTICE: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.The solicitation number is 2086123046 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 334412 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-06-08 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Washington, DC 20535 The Federal Bureau of Investigation requires the following items, Exact Match Only, to the following: LI 001, Cascade Enterprise Profiler CAP-04260 UI Pick to Order Model, Cascade Enterprise Profiler User Interface Module, Default Software Version, Cascade Analytics License for Enterprise Profiler, Cascade Enterprise Profiler CAP-04260-UI Gold Support, Disc/Memory Support-Cascade 2U, 2, EA; LI 002, Cascade Enterprise Profiler CAP 04260 DB Pick to Order Model, Cascade Enterprise Profiler Database Module, Default Software version, Cascade Enterprise Profiler CAP-04260-DB Gold Support, Disc/Memory Support- Cascade 2U, 2, EA; LI 003, Cascade Enterprise Profiler CAP-04260 Analysis Module Pick to Order Model, Cascade Enterprise Profiler Analysis Module-24TB Disk, 800K FPM, Default Software Version, Cascade Enterprise Profiler CAP-04260-AN Gold Support, Disc/Memory Support-Cascade 2U, 2, EA; LI 004, Cascade Sensor CAS-02260 Model, License Cascade Sensor CAS-2260, Cascade Sensor CAS-002260 B010-4TX, 2-Port 10G Fiber (LR, SR)SFP+, 1 Pair-short Reach SFP Insert Add-on, Default Software version, Factory Install Licenses, Cascade Sensor CAS-02260 Gold Support, 2, EA; LI 005, Cascade Gateway CAG-02260 Pick to Order Model, Cascade Gateway License for 800K FPM, Casecade Gateway CAG-02260 B010, Default Software version, Factory Installed Licenses, Cascade Gateway CAG-2260-F4 Gold Support, Disc/Memory Support-Cascade 1U, 2, EA; LI 006, Cascade Solution Jumpstart-LH(SVC-PSD-00520), 2, EA; LI 007, Cascade Solution Jumpstart Addon-Cluster Profiler (SVC-PSD-00551), 2, EA; LI 008, Cascade Fixed Expenses SVC-EXP-00004, 24, MOS; LI 009, 3U 32TB, Shark Appliance Model, 3U 32TB, Base Shark Appliance, 1Pair-Short Reach SFP Insert Addon, 2-Port 10Gbe Fiber NIC (CSK) Add on (requires SFP), Cable Power cord, North America, CSK-03200 Gold Support, Disc/Memory Support-Cascade Shark 3U, 1, EA; LI 010, Virtual Shark VSK-00400, Virtual Shark VSK 400 Support, 1, EA; LI 011, Cascade Pilot 1 User, Support Cascade Pilot User, 2, EA; LI 012, Steelhead 07050 3U Model, Steelhead 7050-M, 2-Port 10GbE SR Multi Mode Fiber NIC (xx50)Add on, Default Software version, Cable Power cord, North America, Steelhead 7050 Gold Support, Disc/Memory Support-7050, 2, EA; LI 013, Riverbed 7050 Jumpstart (SVC-PSD-00216), 2, EA; LI 014, Fixed Expenses (SVC-EXP-00009),Annual Maintenance and Support for the Riverbed 7050 Appliance on Line 13., 20, EA; LI 015, Steelhead EXA 1260 2U Model, License Steelhead EXA 1260-VH 45Mbps 4000 conn, Steelhead EXA 1260 B070 4TB/32GB with RiOS (for lic-EXA-1260-vh), 2Port 1GbE SX multi Mode Fiber NIC (xx50/xx55/xx60) Add on, Default Software version, Factory Installed Licenses, Steelhead EXA 1260 Gold Support, Disc/Memory Support-xx60 EX1260, 2, EA; LI 016, Steelhead EXA 001160 1U Model, License Steelhead EXA 1160 B010-C with RiOS, 2-Port 1GbE SX Multi Mode Fiber NIC (xx50/xx55/xx60) Add on, Default Software version, Factory Installed Licenses, Steelhead EXA 1160 Gold Support, Disc/Memory Support-xx60 EX1160, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Federal Bureau of Investigation intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Federal Bureau of Investigation is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ 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 https://www.acquisition.gov/far/. Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. These are on-site installation/service/site customization and tutorials. Also, it is believed that these are Riverbeds standard maintenance contracts. a. If the systems fail during the maintenance contract period they will replace them. b. The Operating systems for these systems are patched for vulnerabilities as part of the maintenance contracts. c. Service Calls for issues and support of the products are also provided as part of the maintenance contracts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/FedBid/2086123046/listing.html)
- Place of Performance
- Address: Washington, DC 20535
- Zip Code: 20535
- Zip Code: 20535
- Record
- SN02769310-W 20120609/120607235715-12673a7d59f1b89cc36807719c44d99b (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 |