Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2013 FBO #4232
SOLICITATION NOTICE

D -- Check Point Endpoint Security

Notice Date
6/24/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL131RQ21750
 
Archive Date
7/11/2013
 
Point of Contact
Crystal N Zorich, Phone: 2026937167, Keith L. Rhodia, Phone: 2026937195
 
E-Mail Address
zorich.crystal.n@dol.gov, rhodia.keith.l@dol.gov
(zorich.crystal.n@dol.gov, rhodia.keith.l@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ: DOL131RQ21750 This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Federal Acquisition Regulations (FAR) Part 12.6 and (FAR) Part 13 as supplemented with additional information included with this notice. This announcement only constitutes the solicitation and a written solicitation will not be issued. Firm-fixed price offers are requested under this Request for Quote (RFQ). This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-67. This requirement is unrestricted in competition. The Product Service Code is D399, and the NAICS code is 541513. REQUIREMENT: The United States Department of Labor, Office of Employment and Training Administration, Office of Job Corps is seeking a contractor to provide Check Point Maintenance. BACKGROUND Job Corps is the preeminent government funded academic and vocational training program for at risk youth between the ages of 16 and 24 operated by the Department of Labor. The Job Corps operates 128 Job Corps campuses located throughout the contiguous United States in addition to Alaska, Hawaii and Puerto Rico. The mission of these Centers is to provide no-cost education and vocational training programs to help young people with the necessary academic and vocational skills to secure long term employment and foster career growth. The Job Corps Data Center (JCDC) located in Austin, TX is responsible for the design, deployment and maintenance of the Job Corps Local Area Networks (LANs) and Wide Area Network (WAN). The JCDC is also responsible for the deployment of new technologies to all Job Corps Centers. This Statement of Work details the requirement for a Check Point Maintenance located at the Job Corps Data Center in Austin, TX. Period of performance: 12 Months Scope: The vendor shall provide annual maintenance for the Check Point Endpoint Security as specified below: Table 1 Part Number Description Qty CPES-SS-PREMIUM Check Point Endpoint Security, Full Disk Encryption Package Single License Unlimited Seats 1 1.1. The licensing and maintenance package will grant Job Corps access to technical support 24x7, software patches, product updates and product use rights. 1.2. Product upgrade rights include the ability to upgrade to the latest version of software released during the maintenance agreement. 2. Place of Performance 2.1. Services for this action shall be performed at the vendor's location. 3. Travel 3.1. There is no travel associated with this maintenance agreement. 4. Period of Performance 4.1. The Period of Performance for this maintenance contract is one year from date of award. 5. Special Conditions 5.1. The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows 5.2. The standard installation, operation, maintenance, updates, 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. 5.3. Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. 5.4. All systems provided under this Statement of Work must be capable of supporting IPv4 and IPv6 protocols. 5.5. All desktops, laptops, and computer monitors provided under this contract are required to have achieved Bronze registration or higher under the Electronic Products Environmental Assessment Tool (EPEAT). EPEAT is a procurement tool designed to help large volume purchasers evaluate, compare, and select desktop computers, laptops, and monitors based upon their environmental attributes as specified in the consensus-based IEEE Standard for the Environmental Assessment of Personal Computer Products (1680). 5.6. Additional consideration will be provided for products that have achieved EPEAT Silver or EPEAT Gold registration. The registration criteria and a list of all registered equipment are provided at http://www.epeat.net. TOTAL PRICE: tiny_mce_marker_______________________________ All travel associated with the services shall be included in the final price. Special Conditions The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows http://csrc.nist.gov/itsec/guidance_WinXP.htmlWindows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see: 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. Applications designed for normal end users shall run in the standard user context without elevated system administration privileges." All systems provided under this Statement of Work must be capable of supporting IPv4 and IPv6 protocols. All desktops, laptops, and computer monitors provided under this contract are required to have achieved Bronze registration or higher under the Electronic Products Environmental Assessment Tool (EPEAT). EPEAT is a procurement tool designed to help large volume purchasers evaluate, compare, and select desktop computers, laptops, and monitors based upon their environmental attributes as specified in the consensus-based IEEE Standard for the Environmental Assessment of Personal Computer Products (1680). Additional consideration will be provided for products that have achieved EPEAT Silver or EPEAT Gold registration. The registration criteria and a list of all registered equipment are provided at http://www.epeat.net. Delivery Schedule The vendor shall coordinate all deliveries with the JCDC technical staff. All deliveries must be 100% complete - no partial shipments will be accepted. Shipping Cost shall be included in the final quote. The following provisions and clauses apply to this procurement: FAR 52.204-7 - CCR, FAR 52.204-09 - Personal Identity Verification of Contractor Personnel, FAR 52.212-1 - Instructions to Offerors, 52.212-2 - Evaluation of Commercial Items, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items, FAR 52.219-1 (Alt I) - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim,, FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses FAR 52.212-01 - Instructions to Offerors Quotes shall be submitted in writing on company letterhead and must include the RFQ number (DOL131RQ21750), the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Any questions regarding the RFQ must be submitted no later than 2:00pm on Tuesday June 25, 2013 to ZORICH.CRYSTAL.N@DOL.GOV. All quotes shall be received no later than June 26, 2013 by 3:00PM EST by E-mail to the attention of Ms. Crystal Zorich, ZORICH.CRYSTAL.N@DOL.GOV. All responsible vendors may submit a quote that, if timely received, shall be considered for award. Quotes shall not exceed 5MB is size.   PROPOSALS WILL BE EVALUATED IN ACCORDANCE WITH FAR 13.106-2 Selection of a vendor for contract award will be based on an evaluation of proposals against the following factors: TECHNICAL EVALUATION: The contractor shall demonstrate a clear understanding of the requirement. PRICE: Please provide LUMP SUM or one TOTAL PRICE as part of the proposal for all work being accomplished. Offerors shall not submit itemized pricing as part of their bid. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications (ORCA) must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the proposal. PAST PERFORMANCE: Government databases to include FAPIIS, PIPPRS, and CPARS will be searched. RELATIVE IMPORTANCE: Technical is more important than price. BASIS FOR AWARD: Contract award will be made to the responsive vendor whose quote is the lowest price technically acceptable (LPTA). This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their proposal will not be evaluated. IAW FAR 52.212-3, Offeror Reps and Certs - An Offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. All quotes shall be received no later than June 26, 2013 by 3:00PM EST by E-mail to the attention of Ms. Crystal Zorich, ZORICH.CRYSTAL.N@DOL.GOV. Quotes shall not exceed 5MB is size.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RQ21750/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN03097552-W 20130626/130624234252-d41f3fbbbc51f0496476751bd99402b3 (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.