SOLICITATION NOTICE
70 -- CheckPoint Firewall Products - RFQ SB1341-16-RQ-0385 - Complete RFQ package
- Notice Date
- 7/19/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), NIST AMD Boulder, 325 Broadway, Boulder, Colorado, 80305, United States
- ZIP Code
- 80305
- Solicitation Number
- SB1341-16-RQ-0385
- Archive Date
- 7/28/2016
- Point of Contact
- Susan McKean, Phone: 3034975417
- E-Mail Address
-
susan.mckean@nist.gov
(susan.mckean@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ SB1341-16-RQ-0385 - Brand Name Justification RFQ SB1341-16-RQ-0385 Complete RFQ package TITLE: - Check Point Hardware/Software Maintenance and Support SOLICITATION NUMBER: SB1341-16-RQ-0385 DESCRIPTION: 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-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5, SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88-1. The NIST Office of Information Systems Management (OISM) Security & Networking Division/Network Security Team provides network firewall, intrusion prevention, intrusion detection, remote access, and 2-factor authentication services for NIST. This procurement is for Check Point hardware/software maintenance and support. The NIST Network Security Team uses strategically placed Check Point firewalls to provide network security protection for both NIST campuses. All firewalls are centrally managed with Check Point firewall management appliances located at each site. Specifically, this procurement is to replace NIST Boulder firewall appliances with 23800 Next Generation High Performance firewall appliances; to add Next Generation Threat Prevention Blades (Intrusion Prevention, Anti-Bot, URL Filtering Application Control, and Anti-Virus); Virtual System Perpetual Licenses allowing up to 25 virtual systems; and Premium Support & Maintenance. Premium support includes nights and weekend coverage which is essential since NIST requires all planned upgrades and patches to be performed outside of NIST business hours. The attachment titled "Maintenance/Support Statement of Work" provides a complete listing of the support requirements. Contractors responding to this RFQ shall be an authorized reseller of Checkpoint products. For a justification of the requirement for Check Point brand name only products, please see the attachment titled "Brand Name Justification". This solicitation is a Request for Quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 541512 - Computer Systems Design Services. The associated small business size standard for this category is $27.5. This acquisition is 100% set aside for small businesses under the applicable small business size standard. NIST anticipates the award of a single, firm-fixed price purchase order. All vendors shall provide a firm-fixed price quotation in accordance with the Instructions to Vendors for the line items detailed in the Maintenance/Support Statement of Work. APPLICABLE ATTACHMENTS: Attached to this solicitation are the following: 1.Maintenance/Support Statement of Work 2.Brand Name Justification INSTRUCTIONS TO VENDORS: Inquiries Vendors must submit all questions concerning this solicitation in writing electronically to susan.mckean@nist.gov. Questions must be received no later than 5 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. System for Award Management In accordance with FAR 52.204-7, the awardee must be registered in the System for Award Management (www.sam.gov) prior to award. Refusal to register shall forfeit award. Addendum to FAR 52.212-1 Instructions to Offerors- Commercial Items All quotations must be submitted electronically so that they are received at susan.mckean@nist.gov no later than July 22, 2016 at 12:00 PM Mountain. Facsimile quotations will NOT be accepted. All vendors shall submit their quotations on letterhead paper to the email address stated above by the date and time specified above. All quotations shall contain, at a minimum, the information detailed below for each respective volume. If a quotation is missing any of the elements listed below, the quotation may be deemed unacceptable and may not be evaluated further: 1)Price Volume: The price volume shall address the following: Administrative Information: The Administrative Information section of the price quotation shall contain the following: (1)The solicitation number SB1341-16-RQ-0385; (2)The name, address, and telephone number of the vendor; (3)Verification that your firm is an authorized reseller of CheckPoint products; (4)A statement that the Vendor agrees to all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (5)A statement that the quotation is valid for a minimum of 90 days from the response deadline of this solicitation. Pricing Information: The Price Information section of the price quotation shall contain the following: (1)The Vendor shall propose a firm-fixed price (FFP) for each Contract Line Item Number (CLIN), and an overall total FFP, which shall be the sum of the firm fixed prices proposed for each of the required CLINS (CLIN) detailed below and in the Maintenance/Support Statement of Work attachment: Item No. Supplies/Services Quantity CLIN 0001 CheckPoint Part Number 23800HPP NGTP 4 EA Appliances (64gb, 8x1gbe copper interface, two 4x10gbe sfp+ interface card, 2x10gbe sfp+ card, and 10x shortrange sfp transceivers, additional psus, 5 slots) Delivery: 1 Aug 2016 CLIN 0002 CheckPoint 25 Virtual System package 1 EA CheckPoint Part Number CPSB-VS025 Delivery: 1 Aug 2016 CLIN 0003 CheckPoint Premium Support and Software 1 EA Subscription CheckPoint Part Number CPES- SS-Premium User Center: 6598303 Period of Performance: 1 Aug 2016 - 30 Mar 2017 (2) The Vendor should also provide supporting documentation such as calculations, price lists, product literature, or any other applicable supporting documentation; (3) Any applicable discount terms. (2) Technical Volume: The technical quotation shall clearly demonstrate compliance with the attached Maintenance/Support Statement of Work. For each line item required, the quotation must clearly show the correct Part Number, Product Description, Period of Performance, User Center ID and Quantity. EVALUATION FACTORS FOR AWARD: The Government intends to issue an order resulting from this request for quotation to the responsible vendor whose quotation is determined to be technical acceptable and who has the lowest price. The following factors will be used to evaluate quotations: Technical: A quotation will only be considered technically acceptable when: 1. It clearly demonstrates compliance with the attached Maintenance/Support Statement of Work; 2. Includes all submittal information required under Sections (1) Price Volume and (2) Technical Volume; 3. The vendor is an authorized reseller of the CheckPoint products. Price: Price will be evaluated for fairness and reasonableness. Award may be made by the Contracting Officer without communications. FAR Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. 52.212-1 INSTRUCTIONS TO OFFERORS- COMMERCIAL ITEMS (OCT 2015) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (APR 2016) 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAY 2015) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2016) The following clauses under FAR 52.212-5 are applicable: •52.2013-6 Restrictions of Subcontractor Sales to the Government (Sept 2006) •52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) •52.209-6, Protecting the Government`s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) •52.209-9, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUL 2013) •52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) •52.219-14, Limitations on Subcontracting (Nov 2011) •52.291-8, Utilization of Small Business concerns (Oct 2014) •52.219-28, Post Award Small Business Program Representation (JUL 2013) •52.222-3, Convict Labor (Jun 2003) •52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) •52.222-21, Prohibition of Segregated Facilities (APR 2015) •52.222-26, Equal Opportunity (APR 2015) •52.222-35, Equal Opportunity for Veterans (OCT 2015) •52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) •52.222-37, Employment Reports on Veterans (FEB 2016) •52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) •52.222-50, Combating Trafficking in Persons (Mar 2015) •52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) •52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) •52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) CAR Provisions and Clauses: Department of Commerce Acquisition Regulation (CAR) clauses. 1352.201-70 CONTRACTING OFFICER's AUTHORITY (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.201-72 CONTRACTING OFFICER'S REPRESENTATIVE (COR (APR 2010) (a) [To Be Determined] is hereby designated as the Contracting Officer's Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at: [To Be Determined] (b) The responsibilities and limitations of the COR are as follows: (1)The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (2)The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor. (End of clause) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause) 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010) (a)Purpose. The purpose of this clause is to ensure that the contractor and its subcontractors: (1)Are not biased because of their financial, contractual, organizational, or other interests which relate to the work under this contract, and (2)Do not obtain any unfair competitive advantage over other parties by virtue of their performance of this contract. (b) Scope. The restrictions described herein shall apply to performance or participation by the contractor, its parents, affiliates, divisions and subsidiaries, and successors in interest (hereinafter collectively referred to as "contractor") in the activities covered by this clause as a prime contractor, subcontractor, co-sponsor, joint venturer, consultant, or in any similar capacity. For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to control another or when a third party has the power to control both. (c)Warrant and Disclosure. The warrant and disclosure requirements of this paragraph apply with full force to both the contractor and all subcontractors. The contractor warrants that, to the best of the contractor's knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, and that the contractor has disclosed all relevant information regarding any actual or potential conflict. The contractor agrees it shall make an immediate and full disclosure, in writing, to the Contracting Officer of any potential or actual organizational conflict of interest or the existence of any facts that may cause a reasonably prudent person to question the contractor's impartiality because of the appearance or existence of bias or an unfair competitive advantage. Such disclosure shall include a description of the actions the contractor has taken or proposes to take in order to avoid, neutralize, or mitigate any resulting conflict of interest. (d)Remedies. The Contracting Officer may terminate this contract for convenience, in whole or in part, if the Contracting Officer deems such termination necessary to avoid, neutralize or mitigate an actual or apparent organizational conflict of interest. If the contractor fails to disclose facts pertaining to the existence of a potential or actual organizational conflict of interest or misrepresents relevant information to the Contracting Officer, the Government may terminate the contract for default, suspend or debar the contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. (e)Subcontracts. The contractor shall include a clause substantially similar to this clause, including paragraphs (f) and (g), in any subcontract or consultant agreement at any tier expected to exceed the simplified acquisition threshold. The terms "contract," "contractor," and "Contracting Officer" shall be appropriately modified to preserve the Government's rights. (f)Prime Contractor Responsibilities. The contractor shall obtain from its subcontractors or consultants the disclosure required in FAR Part 9.507-1, and shall determine in writing whether the interests disclosed present an actual, or significant potential for, an organizational conflict of interest. The contractor shall identify and avoid, neutralize, or mitigate any subcontractor organizational conflict prior to award of the contract to the satisfaction of the Contracting Officer. If the subcontractor's organizational conflict cannot be avoided, neutralized, or mitigated, the contractor must obtain the written approval of the Contracting Officer prior to entering into the subcontract. If the contractor becomes aware of a subcontractor's potential or actual organizational conflict of interest after contract award, the contractor agrees that the Contractor may be required to eliminate the subcontractor from its team, at the contractor's own risk. (g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the contractor may at any time seek a waiver from the Head of the Contracting Activity by submitting such waiver request to the Contracting Officer, including a full written description of the requested waiver and the reasons in support thereof. (End of clause) 1352.233-70 AGENCY PROTESTS (APR 2010) (a)An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b)Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: MATTHEW GOMER, CONTRACTING OFFICER 325 Broadway, Bldg 111/Rm 112 Boulder, CO 80305 (c)) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d)A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e)Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a)A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b)A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c)Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) NIST Provisions and Clauses: NIST LOCAL 04 BILLING INSTRUCTIONS (a)NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b)Each Invoice or Voucher submitted shall include the following: (1)Contract Number. (2)Contractor Name and Address. (3)Date of Invoice. (4)Invoice Number. (5)Amount of Invoice and Cumulative Amount Invoiced to-date. (6)Contract Line Item Number (CLIN). (7)Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8)Prompt Payment Discount Terms, if Offered. (9)Any other information or documentation required by the contract. (c)In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899- 1621.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8d409ec2242e4965663d89e9df420330)
- Place of Performance
- Address: National Institute of Standards (NIST), 325 Broadway, MS 1800, Bldg. 01, Rm. 4555, Boulder, CO 80305, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN04187241-W 20160721/160719234341-8d409ec2242e4965663d89e9df420330 (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 |