SOLICITATION NOTICE
70 -- FORITGATE
- Notice Date
- 9/29/2010
- Notice Type
- Presolicitation
- Contracting Office
- 1701 N Ft Myer Drive, Rosslyn, VA 22004
- ZIP Code
- 22004
- Solicitation Number
- 1019030648
- Response Due
- 9/29/2010
- Archive Date
- 3/28/2011
- Point of Contact
- Name: Jeff Kurfees, Title: Contract Specialist, Phone: 7038756846, Fax:
- E-Mail Address
-
kurfeesjt@state.gov;
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number 1019030648. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 224363_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-29 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be DENVER, CO 80225 The Department of State requires the following items, Exact Match Only, to the following: LI 001, FortiManager 3000B Appliance; PART #FMG-3000B-G, 1, EA; LI 002, 1 year 24x7 comprehensive support, advance hardware replacement (NBD), firmware upgrades for 1 year for the FortiManager 3000B; PART #FC-10-M3002-247-02-12, 1, EA; LI 003, FortiGate 5001A Bundled w/24x7 comprehensive support, advance hardware replacement (NBD), firmware upgrades for 1 year; PART #FG-5001A-SW-BDL-G-950-12, 8, EA; LI 004, 1 year 24X7 comprehensive support, advance hardware replacement (NBD), firmware upgrades for 1 year for the FortiGate 5003A; PART #FC-10-05004-247-02-12, 2, EA; LI 005, Travel Expense for 1 week, 1, LT; LI 006, FortiMail 2000A Bundled w/24x7 comprehensive support, advance hardware replacement (NBD), firmware upgrades for 1 year; PART #FML-2000A-BDL-G-953-12, 3, EA; LI 007, 1 year 24X7 comprehensive support, advance hardware replacement (NBD), firmware upgrades for 1 year for the FortiAnalyzer 4000A; PART #FCG-10-L4001-247-02-12, 1, EA; LI 008, Professional Service (On-Site); PART # FP-10-00000-M08-00-00, 5, EA; LI 009, FortiGate 5003A Switch module; PART #FS-5003-A-G, 2, EA; LI 010, FortiAnalyzer 4000A Appliance; PART #FAZ-4000A-HD500-G, 1, EA; LI 011, FortiGate 5140 Chassis FG-5140-DC-G, 1, EA; LI 012, AC Power supply; PART #FG-5140-PS-G, 3, EA; LI 013, Redundant Shelf Manager FG-5140SM-12-G, 1, EA; LI 014, AC Power converter tray FG-5053-G, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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. A Seller 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 seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Ciscos current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. 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. To be considered for award, all Sellers must be manufacturer authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers will be required to provide documentation as proof of authorization to be considered for award. Please send this documentation to FedBids client services team (clientservices@fedbid.com) prior to the close of this Buy. Please see attached document for Brand Name Justification
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019030648/listing.html)
- Place of Performance
- Address: DENVER, CO 80225
- Zip Code: 80225
- Zip Code: 80225
- Record
- SN02301290-W 20101001/100929235316-da3abd4e68b1a10605689ab7a1a01d26 (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 |