Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2016 FBO #5301
SOLICITATION NOTICE

70 -- Proofpoint Messaging Security Gateway

Notice Date
5/27/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N00174-16-Q-0024
 
Point of Contact
Brandi L. Sorzano, Phone: 3017446908
 
E-Mail Address
brandi.sorzano@navy.mil
(brandi.sorzano@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number for this procurement is N00174-16-Q-0024 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-77. This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set aside Small Business. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 334614. The SB size standard for this code is 1250 employees. CLIN0001 - 1 ea: Part # PP-P370 Item: P370 Proofpoint Messaging Security Gateway CLIN0002 - 1 ea: Part # PP-A-PRT-102 Item: Proofpoint Enterprise Protection 1 year, up to 500 users CLIN0003 - 1 ea: Part # PST-MGBUND1-101 Item: Messaging Gateway Install with Enterprise Protection Configuration - up to 3,000 CLIN0004 - 1 ea: Part # PP-SUP-PS-12 Item: Platinum Level Support - 12 Months Suggested Source: StorageHawk All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-3 Taxpayer Identification; FAR 52.204-13 System for Award Management; FAR 52-204-19 Incorporation by Reference of Representations and Certifications; FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; Affirmative Action for Workers with Disabilities ; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Salient Characteristics for Messaging Security Gateway Brand Name or Equal Anti-Fraud/Anti-Phishing Detection Phishing Detection Granular and configurable policies for phishing messages Sender ID checks DKIM checks BATV checks Header analysis checks Machine learning technology for accurate content analysis Separate quarantine for phishing messages Real-time notification and alerting of phishing messages Automated delivery of reports for phishing messages Spam Effectiveness Spam Detection Reputation-based spam detection Header analysis Configurable deny and drop lists Image spam classifier Backscatter protection Email connection throttling and termination Email Zombie detection Bayesian technology Machine learning technology Outbound spam detection Virus Effectiveness Virus Detection 100% Anti-virus SLA Zero-Hour Anti-virus detection for zero-day protection Anti-virus engine Policies for Email Attachments Policies for Email Attachments Size of attachments Binary file detection Password protected files Number of attachments Content Filtering of Email Attachments Content Filtering of Email Attachments Microsoft Office 2003 files Microsoft Office 2007 files Microsoft Office 2010 files Adobe PDF files Data Loss Prevention/Compliance Data Loss Prevention Policy-based encryption Pre-configured compliance policies for SSNs and all CCs Pre-configured compliance policies for HIPAA, GLBA, PCI Smart Identifiers - algorithmic checks of structured data Managed Dictionaries - pre-defined and updated libraries Advanced proximity and correlation analysis Content rules based on regular expressions Document training and fingerprinting for protecting digital assets Optimized message decryption for mobile devices End-user triggered encryption for sensitive data Per-message encryption keys DLP incident dashboard for administrative remediation essage Encryption Message Encryption Transparent encryption (TLS or SSL) Policy-based encryption Secure MIME Secure PGP Push Encryption Pull Encryption Optimized message decryption for mobile devices End-user triggered encryption for sensitive data Per-message encryption keys End-user revocation controls for encrypted messages Reporting and Log Search Reporting and Log Search Same day reporting Support for IPv6 Automated publishing, scheduling, and email delivery of reports DLP Dashboard - consolidated view of compliance activity Log search delay Real-time Real-time Log search by sender, recipient, and subject Log search by attachment name End User Functionality Features Available To End Users Configurable end user quarantine pages End user quarantine release End user defined spam policies Configurable end user whitelist Per user regional and language settings Self-remediation of outbound spam and DLP incidents Platform Features On-premise appliance Virtual appliance SaaS Domain specific spam policies Domain specific email routing LDAP profiling/synchronization Consolidated management of multiple appliances Consolidated reporting across multiple appliances Consolidated log searching across multiple appliances Points of contact: Contract Specialist/Administrator: Brandi Sorzano, Civ, Telephone: (301) 744-6908, Fax: FAX: 301-744-4055 E-Mail: brandi.sorzano@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the Naval EOD Technology Division, 2008 Stump Neck Road BLDG. 2008 Indian Head, MD 20640-5070 not later than 1100 (11:00 a.m.) Easter Standard Time on 06 Jun 2016. All quotes must be marked with RFQ number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-16-Q-0024/listing.html)
 
Place of Performance
Address: NSWCIHEODTD, 2008 STUMP NECK ROAD, INDIAN HEAD, Maryland, 20640, United States
Zip Code: 20640
 
Record
SN04132031-W 20160529/160527234244-d36017351627252114a49fbdc3fe0f8e (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.