SOLICITATION NOTICE
70 -- Firewall Hardware and Support - CLIN Structure
- Notice Date
- 8/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334611
— Software Reproducing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-10-Q-0146
- Point of Contact
- Joshua J. Bell, Phone: 7177706081
- E-Mail Address
-
joshua.bell@dla.mil
(joshua.bell@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachement #1 CLIN Structure This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and in accordance with FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SP3300-10-Q-0146. The Defense Logistics Agency located in New Cumberland, PA has a requirement to purchase IBM/Checkpoint Firewall Hardware and Software to support the Defense Logistics Agency, Susquehanna Pennsylvania with their firewall administration and network based intrusion prevention. This is an unrestricted acquisition for vendors that can provide Checkpoint firewall software, Checkpoint IP firewall appliance platforms and IBM Intrusion Prevention System (IPS) appliances to meet the requirements specified. The NAICS code is 334611. The size standard is 500 employees. This is a brand name requirement. DDC currently uses the Checkpoint and IBM, and the subject hardware, software and applications are the only fully compatible solution. The introduction of another manufacturer’s solution would not function within our existing environment. This sole manufacturer of hardware/software configuration has enhanced the management capabilities at J6N by reducing the number of maintenance support contracts, decreasing the multiple vendor training requirements and eliminating the need for various ancillary IT equipment or software required to allow functionality between multi vendor equipment. The current management infrastructure only supports Checkpoint and IBM. See Attachment #1 schedule of supplies and services for CLIN identification. Offerors shall provide a firm fixed unit price for each CLIN and the total amount inclusive of shipping cost FOB destination. Delivery is required 30 days after receipt of order to Defense Logistics Agency Susquehanna, Attn: Greg Woods and Matt Lyon, Bldg 203 Door 12, 5450 Carlisle Pike, Mechanicsburg, PA 17050-2411. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-44 effective 8 July 2010 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100802 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2009-47. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-2 EVALUATION OF COMMERCIAL ITEMS FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.203-3, FAR 52.203-6 (ALT I), 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-39, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include DFARS 252.225-7012, DFARS 252.232-7003, DFARS 252.243-7002, DFARS 252.247-7023; DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEM DLAD 52.247-901 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM). These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price who can meet all of the delivery requirements. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Unit Price and extended prices for all CLINS (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. The evaluation described at FAR 52.212-2 applies to this procurement. The Government intends to award a Firm-Fixed Price commercial contract to the lowest priced offeror who meets all of the requirements including brand name and delivery schedule. All questions and inquiries should be addressed via email to joshua.bell@dla.mil, Request for Quote Number SP3300-10-Q-0146. Prices and representations/certifications are required NLT 11:00 AM EST on August 27, 2010. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-Q-0146/listing.html)
- Place of Performance
- Address: 2001 Mission Drive, New Cumberland, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN02237872-W 20100813/100812000624-9d7ca8ff2fe6b53a6b0d3230fe615e7f (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 |