SOLICITATION NOTICE
70 -- Symantec Software
- Notice Date
- 3/25/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- 1701 North Fort Myer Dr, Rosslyn, VA 22219
- ZIP Code
- 22219
- Solicitation Number
- 1019-832091
- Response Due
- 3/28/2008
- Archive Date
- 9/24/2008
- Point of Contact
- Name: Harry Lundy, Title: Contract Specialist, Phone: 7038756014, Fax:
- E-Mail Address
-
lundyhe@state.gov;
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number 1019-832091. 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. 64496. 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 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 2008-03-28 13:00:00.0 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, SYMC EndPoint Protection 11.0 Essential - 12 month Gov Band H (17-Mar-2008 to 16-Mar-2009) - P/N: 12706494, 59000, EA; LI 002, SYMC Antivirus for Macintosh 10.0 Node BNDL XGRD LIC From Generic Gov Band H Essential 12 Month (17-Mar-2008 to 16-Mar-2009) P/N: 10760163, 1000, EA; LI 003, Business Critical Suport: 1 Year Symantec Business Critical Services Antivirus Family remote Product Specialist - P/N: 11042040, 1, EA; 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. 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. Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION CONUS New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICES. SHIPPING DOCUMENTS WILL CLEARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. (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. In support of the Department of State the approval of Brand Name supplies that affects the enterprise and management compatibility are justified as follows: Agency: The requesting office is the U.S. Department of State, Bureau of Information Resource Management (IRM) AntiVirus (AV) Program. Symantec Endpoint Protections / Symantec AntiVirus Corporate Edition (SEP/SAVCE) provide desktop protection against malicious code in the form of viruses, Trojan Horses and Mass Mailers that arrive at Department of State systems in several ways. Including email, browsing the Internet, removable media and security flaws in the operating system to name a few. Protection against these threats is a continuing concern for the Department of State. The SEP/SAVCE product and its predecessors (NAV and NAVCE) have been in use at the Department of State for many years providing proven protection. No other product on the market has this track record. Symantec Corporation works with the State Department on AntiVirus initiatives to protect Department of State desktop systems. The technical support staff at Symantec is familiar with the installed systems and the level of support and service we require. No other AntiVirus company has this level of experience with Department of State systems. Common Engine Technology - Because of the common engine technology all tiers, platforms and languages all use the same virus definitions. Other vendors have multiple downloads for different tiers, languages and platforms. Common Agent Technology ? SEP introduces a single agent that functions for enhanced AntiVirus and Antispyware features that were in SAVCE as well as additional features that include a Firewall, Intrusion Prevention, Device Control, Application Control and Network Access Control (NAC). Submission of virus samples via HTTPS: Other vendors require the use of email as the submission process. This is important because in the event that the Email system is shutdown for any reason we can still submit virus samples via HTTPS. The latest version of SEP/SAVCE has a 50% reduction in the Client footprint and uses micro definitions that reduce the amount of network traffic in passing definitions. SEP/SAVCE can be configured to either push or pull definitions, making updates at any level possible. SEP has the ability to update from a client established as a Group Update Provider (GUP). The GUP reduces the need for deployment of servers to support clients. With SEP true central management is possible allowing configuration of all clients from a single management interface. The Virus Incident Response Team (VIRT) conducts continuing market reviews to ensure Department of State systems have current state of the art protection against malicious code. The VIRT keeps abreast of new products and changes in existing products. Providing the best protection available is a core part of the VIRT mission. To this end the VIRT staff reviews magazine articles, independent reviews and Internet resources related to AntiVirus products. The AntiVirus program at the Department of State has enjoyed a great deal of success in preventing and eradicating viral attacks. This is in large part due to the AntiVirus products installed. The multi-vendor approach used by the Department has allowed Department of State systems to remain functional and online even when most other government agencies have been shutdown. SAVCE has played a key role is making this possible. Altering such a key component could put Department of State systems at risk. No software is bug free and any new software introduced in to Department of State networks must be tested to ensure compatibility with existing systems. Experience has shown that do to the nature of AntiVirus software this is especially true for these products. In house programs have been developed on systems running SAVCE. Introducing a new AntiVirus solution would produce unpredictable results. Possibly causing loss of data and man-hours. The VIRT developed installation guidelines and procedures for SAVCE unique to the Department of State. The VIRT and Enterprise Network Management (ENM) thoroughly tested SAVCE in a lab environment. Issues unique to the Department of State were addressed and resolved. The Department of State Configuration Control Board (CCB) reviewed these results, the product of many thousands of man-hours, and SAVCE was added to the Software Baseline. The forthcoming deployment of SEP meets critical security requirements for workstations to include a firewall and intrusion prevention technology. As this is a brand name only justification, no one contractor?s unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the most cost effective means to meet the production requirements. The requirement will be competed as the IT community responds to price requests on FedBid. The 41 USC 253(c) (1), and FAR 6.302-1 are cited as the statutory authority. All bids will be provided from GSA approved vendors. It is anticipated the final award will be to the entity providing the best competitive price through the FedBid process.
- Web Link
-
www.fedbid.com (b-64496, n-11275)
(http://www.fedbid.com)
- Place of Performance
- Address: Washington, DC 20547
- Zip Code: 20547
- Country: US
- Zip Code: 20547
- Record
- SN01540789-W 20080327/080325223703 (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 |