SOLICITATION NOTICE
70 -- Raytheon Hardware Maintenance
- Notice Date
- 2/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- 0001708
- Archive Date
- 3/14/2018
- Point of Contact
- Andrea K Walker, Phone: 202-323-8636
- E-Mail Address
-
Andrea.Walker@ic.fbi.gov
(Andrea.Walker@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Bureau of Investigation (FBI) intends to award a sole source purchase order to ForcePoint, 10900-A Stonelake Blvd. Quarry Oaks 1, Ste. 350, Austin, TX 78759. The FBI currently has Raytheon High Speed Guard. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, the North American Industry Classification System (NAICS) is 541511 with a business size standard of 6.5 million dollars. A quote is being requested under solicitation no. DJF-18-1800-PR-0001708 using Simplified Acquisition procedures. This will be a fixed price contract for a base and two option years. Based on FBI market research, it has been determined that ForcePoint (Raytheon) is the sole manufacturer of High Speed Guard, Trusted Thin Client, Trusted Gateway Systems, WebShield and Sureview Analytics for development, maintenance and sustainability. Forcepoint owns all of the associated intellectual property rights and provides no access to the source code to any reseller or other contracted entities. The proposed contract action is for high speed guards with software and maintenance for which the Government intends to solicit and negotiate with only one source under the authority of TLE 41,usc (c)(1). This notice is not a request for competitive proposals. Interested parties may identify their interest and capability to respond by submitting a proposal to include technical qualifications and experience/pricing and any other information to Andrea K. Walker, Contracting Officer at akwalker@fbi.gov. The terms and conditions for the Raytheon software and maintenance shall be included with the quote. Section 508 Compliance Requirements Unless the Government invokes an exemption for work performed in support of this requirement, all Electronic and Information Technology (EIT) products and services proposed shall fully comply with Section 508 of the rehabilitation Act of 1973, per 1998 Amendments, 29 United States Code (U.S.C.) 794d, and the Architectural and Transportation Barriers Compliance Board's Electronic and Information Technology Accessibility Standards at 36 Code of Federal Regulations (CFR) 1194. The contractor shall identify all EIT products and services proposed, identify the technical standards applicable to all products and services proposed and state the degree of compliance with the applicable standards. Additionally, the contractor must clearly indicate where the information pertaining to Section 508 compliance can be found (e.g., vendors or other exact web page location). The contractor must ensure that the list is easily accessible typical users beginning at time of award. Specifically, the following applicable EIT accessibility standards have been identified: 36 CFR 1194.21 - Software Applications and Operating Systems, 36 CFR 1194.22 - Web-based Intranet and Internet Information and applications; 36 CFR 1194.31 Functional Performance Criteria; and 36 CFR 1194.41 Information Documentation and Support. The following clauses and provisions are incorporated by reference and apply to the acquisition: FAR clauses: 52.212-1 Instructions to offeror - Commercial Items (JAN 2017); 52.212-2 Evaluation -Commercial Items (OCT 2014); 52.212-3 Offeror Representation and Certification (NOV 2017); 52.212-4 Contract Terms and Conditions (JAN 2017); and 52.212.5 Contract Terms and Conditions required to Implement Statues or Executive Orders (JAN 2018). Each offeror shall include a complete copy of the clause 52.212.-3 Offeror Representations and Certifications - Commercial Item (NOV 2017). The full text of clauses can be obtained a Web site http://www.arnet.gov/far. Quotes may be submitted via-email to akwalker@fbi.gov and rhardy-thompson@fbi.gov Quoters are hereby notified that if your proposal is not received by the date/time via-e-mail, then it will be considered late in accordance with Federal Acquisition Regulation (FAR) Clause 52.215-1(C)(3) Instructions of Offerors Competitive Acquisition (JAN 2004). It is the responsibility of the quoter to ensure that your submission is received at or prior to the noted date/time. The FBI has a new financial system that has a direct interface with the System for Award Management (SAM). Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNs, cage code, addresses and contact information. The EFT banking information on file in SAM will be what the FBI will use to issue payments to your organizations for receipt of proper invoices. A determination by the Government not to compete this proposed requirement is based upon responses to this notice and is solely within the discretion of the Government. No telephone inquiries will be accepted. The award will be made based on lowest price technically acceptable (LPTA) evaluation criteria. Quotes may be submitted via-email to akwalker@fbi.gov and rhardy-thompson@fbi.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/0001708/listing.html)
- Place of Performance
- Address: 935 Pennsylvania Ave, NW, Washington, District of Columbia, 20535, United States
- Zip Code: 20535
- Zip Code: 20535
- Record
- SN04821211-W 20180215/180213231341-b77a37a9555bf4d64d6f414cda32d846 (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 |