Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

D -- WebSense Enterprise

Notice Date
3/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912HZ-05-T-0026
 
Response Due
3/15/2005
 
Archive Date
5/14/2005
 
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. This solicitation is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Circular (2001-27). This requirement is set aside for small business. The associated North American Indust ry Classification System (NAICS) code for the procurement is 541512 and the Small Business size standard is $21,000,000.00. Vicksburg Consolidated Contracts Office, Vicksburg, MS has a requirement for the following: LINE ITEM 0001 10,000-User WebSense Enterprise (one year) Quantity 1 each. LINE ITEM 0002: 10,000-User Security Premium Group (one Year) Quantity 1 each. Inclu des use of Websense database and software for monitoring, filtering and reporting for a one year contract-daily database downloads, technical support and software insurance. The complete specifications are available and may be accessed at http://www.mvk.u sace.army.mil/offices/contract/main.htm The contractor shall state the warranty coverage provided for all line items. The complete ship to address, point of contact, and telephone number will be in the award document. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most ad vantageous to the Government, and other factors considered in accordance with FAR 52.212-2. The following factors shall be used to evaluate offers: Best Value to the Government using (1) Meet listed specifications, (2) Price, and (3) Delivery. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Comm erical Items; 52.212-3, Offeror Representations and Certification-Commercial Items, 52.222-19 Child LaborCooperation with Authorities and Remedies, 52.222-25 Affirmative Action Compliance, 252.225-7000 Buy American ActBalance of Payments Program Certific ate and 252.212-7000, Offeror Representations and Certifications Commercial Items. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; Clause 52.212-5; Contract Terms and Conditions required to Impleme nt Statutes or Executive Orders-Commercial Items; 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.247-34 FOB Destination, 52.252-2 Clauses Incorporated by Reference, 252.204-7004 Required Central Contractor Registration, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veteran and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports, 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7002 Qualifying Country Sources As Subcontractors, 252.225-7036 Buy Ame rican North American Free Trade Agreement Implementation ActBalance of Payments Program, 252.243-7001 Pricing of Contract Modifications,. are hereby incorporated by reference. All offerors shall Submit the following: 1) Original and one (1) copy of a quotation that addresses all Line Items; 2) Description of commercial warranty; and 3) A completed copy of the Provision at 52.212-3 Offeror Representations and Certification-Commercial Items And 252.212-7000 Offeror Representation and Certifications-Commercial Item, which may be downloaded at www.arnet.gov/far All quotes should be sent to VCCO, 4155 E. Clay St, Vicksburg MS 39183-3435 or emailed to carla.c.koestler@usace.army.mil. Submission shall be received by 1300 Central time on 16 Mar 2005. Point of Contact: Carla Koestler, Contract Specialist 601-631-7903 email Carla.c.koestler@usace.army.mil The U.S. Army Corps of Engineers, Vicksburg MS, has a requirement for Websense Enterprise and Security Premium Group. Delivery address will be to the USACE, CEERD-IC-C, Vicksburg, MS.
 
Place of Performance
Address: Vicksburg Consolidated Contracts Office, Vicksburg ATTN: ERDC, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00764815-W 20050310/050308212539 (fbodaily.com)
 
Source
FedBizOpps.gov 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.