SOLICITATION NOTICE
70 -- Palo Alto Firewall Brand Name or Equal, Hardware, Software and Installation
- Notice Date
- 5/23/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018916TZ171
- Response Due
- 5/25/2016
- Archive Date
- 5/26/2016
- Point of Contact
- Karen Morris 215-697-9612
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The Solicitation number, N00189-16-T-Z171. The proposed contract action is for commercial items, in accordance with the Requirements Statement. The NAICS code is 334118 and the Small Business Standard is 1000. This is 100% set aside for small business. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82 and DFARS Change Notice 20150602. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAVSUP FLC Norfolk Philadelphia Office has a requirement for Palo Alto Firewall (BRAND NAME Or Equal ) and supporting Hardware, Software, and Installation Support to support Web Content Filtering. This action will result in a firm fixed-price (FFP) purchase order. The award will be made to the lowest price technically acceptable (LPTA), responsible quote. TO be technically acceptable, the products quoted shall be BRAND NAME or EQUAL to the items listed in the Requirements Statement. The Requirements Statement is as follows: REQUIREMENTS STATEMENT The proposed acquisition is to purchase the Palo Alto Firewall (BRAND NAME Or Equal ) and supporting Hardware, Software, and Installation Support to support Web Content Filtering. If offering a product other than the Brand Name specified herein, the vendors are required to provide descriptive literature in sufficient detail to determine if the items quoted are technically acceptable in terms of Brand Name or Equal to the Palo Alto Firewall. The requirement breakdown is as follows: Part NumberDescriptionQuantity PAN-PA-5060-SSD2-DRedundant AC power supply and dual 240GB SSD drive**TRUSTED PRODUCT ** -Physical Palo Alto Firewall chassis, capable of 20Gpbs 1 PAN-PA-5060-TPThreat prevention subscription year 1, PA-5060** TRUSTED PRODUCT -Threat prevention subscription for one year, Palo Alto Firewall provides protection against Viruses, and Intrusions.1 PAN-PA-5060-URL4PANDB URL filtering subscription year 1, PA-5060**TRUSTED PRODUCT ** -URL Filtering that protects users from Security Threats and from visiting questionable or inappropriate websites.1 PAN-PA-5060-WFWildFire subscription year 1, PA-5060** TRUSTED PRODUCT ** -Wildfire subscription submits unknown files for evaluation of security threats.1 PAN-SVC-PREMUSG-5060For US Government accounts only. Premium support year 1, PA-5060** TRUSTED PRODUCT ** -Hardware and software maintenance for the Palo Alto Firewall1 PAN-SFP-PLUS-SRSFP+ SR 10GigE transceiver (PA-7000 series, PA-5060, PA-5050,PA-3060)** TRUSTED PRODUCT ** -Network devices that provide physical connectivity in the Palo Alto Firewall part PAN-PA-5060-SSD2-D4 SE-T-LIC-ESUPSplunk Enterprise - Term License with Enterprise Support - 5GB/day Splunk, Inc -License to use the Splunk Enterprise Log software to support analysis and reporting of Palo Alto Firewall, licensed to 5GB a day1 IBP-8000IXIA : NetOptics, iBypass HD, Ship iBypass Main Chassis require a minimum purchase of one DBM (Example: IBP-8000 must be purchased with a DBM-XXX) Fiber DBMs require the purchase of 2 SFP Kits -Hardware appliance to provide failover and redundancy capability in the event of a failure or power loss of Palo Alto Firewall1 DBM-100IXIA : NetOptics,iBypass, SR, 50um, 4x10G -Copper connectivity module for IBP-80002 I2BP-4X10-SR-50-QSFPIXIA : NetOptics,iBypass, SR, 50um, 4x10G -Hardware appliance to provide failover and redundancy capability in the event of a failure or power loss of Palo Alto Firewall1 QSFP+KT-50SR4IXIA : NetOptics, QSFP+, Short Range -Fiber connectivity for IXIA part I2BP-4X10-SR-50-QSFP2 Force3 Solution InstallInstallation Services - Please Reference Force 3 Proposal Number 34503 for SOW and Conditions -Solution Installation of all hardware/software required to implement the Palo Alto Firewall including all parts listed.1 Agency Name: U.S. Naval Academy Address: 290 Buchannan Road Annapolis, MD 21402 Delivery Date 1.30 days after award of contract Clauses and Provisions The following FAR and DFARS clauses and provisions are applicable to this procurement: The following FAR and DFAR clauses and provisions are incorporated by reference: 52.204-13 System for Award Management Maintenance (July 2013) 52.209-5 Certification Regarding Responsibility Matters (April 2010) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (December 2013) 52.242-15 Stop Work Order (August 1989) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (September 2011) 252.204-7004 (Alt A) System for Award Management Alternate A (February 2014) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (November 2013) 252.211-7003 Item Unique Identification and Valuation (December 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (June 2012) 252.232-7010 Levies on Contract Payments (December 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (June 2013) 252.244-7000 Subcontracts for Commercial Items (June 2013) 252.247-7023 Transportation of Supplies by Sea (April 2014) The following FAR and DFAR clauses and provisions are incorporated by full text: 52.212-1 Instructions to Offerors - Commercial Items (June 2008) 52.212-3 Offeror Representations and Certifications Commercial Items (August 2009) 52.212-4 Contract Terms and Conditions Commercial Items (February 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statuses or Executive Orders Commercial Items (July 2010) o52.219.6 Notice of Total Small Business Set-Aside (June 2003) o52.219-14 Limitations on Subcontracting (December 1996) o52.222-3 Convict Labor (June 2003) o52.222-21 Prohibition of Segregated Facilities (February 1999) o52.222-26 Equal Opportunity (March 2007) o52.222-36 Affirmative Action for Workers with Disabilities (June 1998) o52.222-40 Notification of Employee Rights Under the National Labor Relations Act (December 2010) o52.222-50 Combatting Trafficking in Persons o52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (August 2011) o52.225-1 Buy American Supplies (May 2014) o52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (October 2003) 52.252-1 Solicitation Provisions Incorporated by Reference (February 1998) 52.252-2 Clauses Incorporated by Reference (February 2008) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-O0010) (Feb 2015) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (February 2015) 252.232-7006 Wide Area Workflow Payment Instructions (June 2012) 5252.204-9400 Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems (May 2010) 52.212-2 Evaluation Commercial Items This announcement will close at 1pm EST on 05/25/2016. Contact Karen Morris who can be reached at 215-697-9612 or email karen.morris@navy.mil. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018916TZ171/listing.html)
- Record
- SN04125550-W 20160525/160523234336-9bfccd399850f1b95c47b488aa88c8eb (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 |