SOLICITATION NOTICE
70 -- Intrusion Detection/Intrusion Prevention System for NIDA IRP
- Notice Date
- 9/9/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSA-RFQ-15-876
- Archive Date
- 9/29/2015
- Point of Contact
- Megan Ault,
- E-Mail Address
-
megan.ault@nih.gov
(megan.ault@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisition Procedures in combination with FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-RFQ-15-876 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 423430 with a Size Standard of 100 Employees. SET-ASIDE STATUS This acquisition is an unrestricted, full and open competition. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85, dated September 3, 2015. The resultant purchase order will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) requires an intrusion detection/intrusion prevention system (IDS/IPS) to upgrade from the current system which has reached the maximum capacity due to limited hardware. Brand Name or Equal Product Requirements The IRP would like a scalable solution such that additional sensors could be added between floors in the future. This procurement requires a brand name or equal product to a Cisco Firepower 7020 sensor and a Firesight Management Center 2000 which is capable of managing multiple sensors. The solution must include hardware and software assurance as well as subscription service for one (1) year for "signature/rulesets." The brand name or equal IDS/IPS must meet the following requirements: FP7020-BUNCisco FirePOWER 7020 Chassis and Subscription Bundle FP7020-K9Cisco FirePOWER 7020 Chassis, 1U, 8 Port Copper CON-SNT-FP7020SMARTNET 8X5XNBD FirePOWER FP7020 CAB-ACAC Power Cord (North America), C13, NEMA 5-15P, 2.1m SF-FP5.4-K9Cisco FirePOWER Software v5.4 FP-PWR-BRICKCisco FirePOWER Power Brick for 7000 Series FP7020-CTRL-LICCisco FirePOWER 7020 Control License FP7020-TA-LIC=Cisco FirePOWER 7020 IPS and Apps Service Licenses FP7020-TA-1YCisco FirePOWER 7020 IPS and Apps 1YR Service Subscription FS2000-K9Cisco FireSIGHT Management Center 2000 Chassis CON-SNT-FS2000KFSMARTNET 8X5XNBD Cisco FireSIGHT Management Center 2000 C CAB-ACAC Power Cord (North America), C13, NEMA 5-15P, 2.1m FS2K-PWR-AC-650WCisco FireSIGHT AC Power Supply 650W FSXK-5.4.1-K9Cisco FireSIGHT Management Center Software v5.4.1 FS2000-FSIGHT-LICCisco FireSIGHT Management Center 2000 Software License FS2K-CPU-E52630Cisco FireSIGHT CPU 15M Cache, 2.60 GHz FS2K-MEM-16GBCisco FireSIGHT 16G 1600MHZ non-mirrored RAM FS2K-RAID-9271Cisco FireSIGHT MegaRaid PCIe SAS Controller with Supercap R2XX-RAID5Enable RAID 5 Setting FS2K-SAS-600GCisco FireSIGHT 600GB SAS Drive FS2K-10G-NICCisco FireSIGHT X520-DA2 10 Gbps 2 port NIC FS2K-FLASH-16GBCisco FireSIGHT Flexible 16GB Flash Card Anticipated Period of Performance Delivery shall be approximately six (6) weeks after receipt of order. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.213-4, Terms and Conditions - Simplified Acquisitions, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following: 1.Factor 1: Technical Approach The Offeror shall detail in its technical proposal how it meets each of the product requirements. This shall include the specifications of the offered equipment. 2.Factor 2: Delivery The Offeror shall confirm in its technical proposal that the delivery requirements detailed in this statement of need shall be met. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price quotation must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-RFQ-15-876. Responses shall be submitted electronically via email to Megan Ault, Contract Specialist, at megan.ault@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSA-RFQ-15-876/listing.html)
- Place of Performance
- Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN03878378-W 20150911/150910000444-d84409ccc952f14c2b4ac4d56ddd288d (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 |