SOLICITATION NOTICE
70 -- Entrust Maintenance Renewals
- Notice Date
- 6/26/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N Fort Myer Drive, Springfield, VA 21999
- ZIP Code
- 21999
- Solicitation Number
- 1019-835050_01
- Response Due
- 6/27/2008
- Archive Date
- 12/24/2008
- Point of Contact
- Name: Lawanna Manning, Title: CONTRACT SPECIALIST, Phone: 7038756069, Fax:
- E-Mail Address
-
manninglr@state.gov;
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1019-835050_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 334611 with a small business size standard of 500 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-06-27 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20547 The Department of State requires the following items, Exact Match Only, to the following: LI 001, 1 Entrust FedStart Package; 1 Entrust Authority1 Critical Path i500 Directory with 1000 Entries; 100 Entrust Digital ID - Full ID; 100 Entrust Email Plug-In, 1, Lot; LI 002, 2 Entrust Authority, 1, Lot; LI 003, 2 Entrust Enrollment Server for Web, 1, Lot; LI 004, 2 Entrust Enrollment Server for VPN, 1, Lot; LI 005, 2 Entrust Self-Administration Server, 1, Lot; LI 006, 1 Entrust Authority Toolkit, 1, Lot; LI 007, 1 Entrust Authority, 1, Lot; LI 008, 1 Entrust Authority, 1, Lot; LI 009, 1 Critical Path i500 Directory with 999 Entries, 1, Lot; LI 010, 1 Critical Path i500 Directory Shadow, 1, Lot; LI 011, 1 Entrust Enrollment Server for VPN, 1, Lot; LI 012, 1 Entrust Enrollment Server for Web, 1, Lot; LI 013, 5000 Entrust Digital ID - Full ID, 1, Lot; LI 014, 5000 Entrust Email Plug-In, 1, Lot; LI 015, 5000 Entrust File Plug-In, 1, Lot; LI 016, 20000 Entrust Digital ID - Full ID, 1, Lot; LI 017, 20000 Entrust Email Plug-In, 1, Lot; LI 018, 20000 Entrust File Plug-In, 1, Lot; LI 019, 2 Entrust Authority Security Manager, 1, Lot; LI 020, 5 Entrust Authority Security Manager (backup use), 1, Lot; LI 021, 4 Critical Path i500 Directory with 999 Entries, 1, Lot; LI 022, 8 Critical Path Additional DSA, 1, Lot; LI 023, 2 Entrust Authority Security Manager (backup use), 1, Lot; LI 024, 2 Entrust Authority Security Manager, 1, Lot; LI 025, 20 Entrust Verification Server, 1, Lot; LI 026, 2 Entrust Verification Server Digital Signature App CAL, 1, Lot; LI 027, 1 Entrust Authority Administration Services, 1, Lot; LI 028, 33000 Entrust Digital ID-Full ID, 1, Lot; LI 029, 33000 Entrust Email Plug-in, 1, Lot; LI 030, 33000 Entrust File Plug-in, 1, Lot; LI 031, 100 Entrust Digital ID-Full ID, 1, Lot; LI 032, 1 Entrust Authority Security Manager, 1, Lot; LI 033, 2 Entrust Authority Security Manager (for backup use only), 1, Lot; LI 034, 3 Entrust Verification Server, 1, Lot; LI 035, 2 Entrust Verification Server Digital Signature App CAL, 1, Lot; LI 036, 1 Entrust Authority Security Manager, 1, Lot; LI 037, 1 Entrust Authority Security Manager, 1, Lot; LI 038, 5000 Entrust Entelligence Security Provider, 1, Lot; LI 039, 2 Third Party Safenet 2x Luna CA3, 1, Lot; LI 040, 4 Third Party Safenet 4 pack Luna PED Keys, 1, Lot; LI 041, 18 Third Party Safenet 9 Pack Luna Ped Keys, 1, Lot; LI 042, 1 Third Party Safenet Two Slot LunaDock PCI Card Reader, 1, Lot; LI 043, 9 Third Party Safenet Luna SA 2 HSM Partition Fips 3, 1, Lot; LI 044, 16 Third Party Safenet Luna SA Backup Token for SA 2.3, 1, Lot; LI 045, 3 ThirdParty Safenet Pin Entry Device for Luna SA & Cable, 1, Lot; LI 046, 14 Third Party Safenet Luna CA3 Token, 1, Lot; LI 047, 1 Third Party Safenet Locking Device for LunaDock to Rack, 1, Lot; LI 048, 6 Third Party Safenet Luna SA 20 HSM partition Fips 3, 1, Lot; LI 049, 12 Third Party Safenet Luna SA backup token for SA 3.01, 1, Lot; LI 050, 1 Third Party Safenet Pin Entry Device for Luna SA & Cable, 1, Lot; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. POP: 08/16/2008 - 02/28/2009 It is recommended that the Department of State use the limited source acquisition for Entrust Software Maintenance Support. Eight months of maintenance is required to provide continued support for the PKI/BLADE Program. Entrust software maintenance support for the Fed Start Package, Entrust Authority, Entrust Enrollment Server for Web, Entrust Enrollment Server for VPN, Entrust Self Administration Server, Entrust Digital ID, Entrust Web Plug-in, Entrust Email Plug-In, Entrust File Plug-In, Entrust Authority Tookkit, Entrust Direct Server Proxy, Critical Path i500 Directory with 999 Entries, Critical Path i500 directory Shadow, Entrust Web Certificate, and Entrust Authority Administration Services. The Entrust software and support services listed on Entrust, Inc. Federal Supply Schedule contract number GS-35F-0332K are not offered under any other GSA support services on any other federal supply schedule contract. ). Entrust commercial pricing for Platinum support is 22% of the purchase price paid while Entrust GSA schedule pricing for Platinum support is 17.6% of the purchase price paid. Entrust has not authorized any company to place Entrust software and support services on any other federal supply schedule contract.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6570ea3163c276125bfe93255989fbff&tab=core&_cview=1)
- Place of Performance
- Address: Washington, DC 20547
- Zip Code: 20547
- Zip Code: 20547
- Record
- SN01602047-W 20080628/080626221132-6570ea3163c276125bfe93255989fbff (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 |