Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOLICITATION NOTICE

70 -- PURCHASE WEBSENSE SECURITY SOFTWARE

Notice Date
8/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG1350-11-RQ0651(GJB)
 
Archive Date
9/6/2011
 
Point of Contact
Georgia J. Barrett, Phone: 301-713-0833, ext 140, Sandra K. Souders, Phone: 301-713-0833, ext 141
 
E-Mail Address
jean.barrett@noaa.gov, Sandra.K.Souders@noaa.gov
(jean.barrett@noaa.gov, Sandra.K.Souders@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a combined items prepared in accordance with FAR Parts 12 and 13, supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. The attached SOW incorporated into this solicitation. Solicitation Number DG1350-11-RQ0651(GJB) is being issued as a Request for Quotation. This acquisition is being solicited using the Simplified Acquisition Procedures. The North American Industry Classification System Code (NAICS) is 423430 and business size is 100 The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), International Trade Administration (ITA) intends to purchase Web sense security software as follows: SS-P-CP12-R 12MO RNWL WEB SECURITY 1001-2500U CORP ORD INCRMT 100 SS-G-CP 12-R 12MO RNWL WEB SEC 250U CORP ORD INCRMT 50 WDSS-Z-CP12-R 12MO RNWL DATA SEC SUITE 250-199U PSD-X-CP12-R 12MO RNWL SUP PREM DATA CORP 250-1000U to be delivered by September 12, 2011. The award will be made on a best value. The best value evaluation factors include the following: 1) Approach - Effectively meeting the requirement; 2) Past Performance - Includes the relevant experience which describes at least two (2) relevant projects performed in the last two years and quality of performance; and 3) Price - The amount, realism and consistency of evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Excellent (E) - Superior or first class; Good (G) - Acceptance, Beneficial and worthwhile; sound and valid; Poor (P)-Fails to meet two or more requirements; Unsatisfactory (U) - Not acceptable, not adequate to carry out. Incomplete quotes will not be evaluated or considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.215-2, Evaluation - Commercial Items - The Government will award a purchase order resulting from this solicitation to the responsible offer or whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR 52.212-3, Offerors Representations and Certificates - Commercial Item, FAR 52.12-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. FAR 52.217-8, Option to Extend Services; FAR.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 222-36, Affirmative action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. All responsible sources that can meet the requirements and provide the items as outlined above may respond to this Solicitation by submitting a proposal addressed to Jean.Barrett@noaa.gov, to be received no later than August 22, 2011 @ 11:00am local time. The Government reserves the right to make award at all as a result of this solicitation. Responses are to be emailed to Jean.Barrett@noaa.gov. Incomplete responses will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/DG1350-11-RQ0651(GJB)/listing.html)
 
Place of Performance
Address: 1401 Constitution Avenue, N.W., Washington, District of Columbia, 20230, United States
Zip Code: 20230
 
Record
SN02525584-W 20110810/110808235331-2af6e867ce90c2d3f0118d05ffc58109 (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 |
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.