Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOLICITATION NOTICE

70 -- Firewall Refresh

Notice Date
8/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
EOSYD8AI098
 
Response Due
9/2/2008
 
Archive Date
9/17/2008
 
Point of Contact
Michael S. Raynack,, Phone: 6146930692, Alan K. Luich,, Phone: 614-693-8991
 
E-Mail Address
Michael.Raynack@DFAS.MIL, alan.luich@dfas.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a Firewall Refresh prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation with the solicitation number, issued as a request for quotation (RFQ). To obtain a copy of the Contract Line Item Descriptions, Point of Contact: Michael Raynack DFAS Contract Services Directorate; 3990 E. Broad Street; Bldg 21, Room 2B218; Columbus, OH 43213-1152 Phone Number: 614-692-0692; Fax Number: 614-693-5674; e-mail: Michael.Raynack@dfas.mil. QUESTIONS: Please e-mail any questions concerning this solicitation to both the POC listed above and to the Contracting Officer below. We will allow seven days for questions from issue date. CONTRACTING OFFICER: Alan Luich Phone Number: 614-693-8991 e-mail: Alan.Luich@dfas.mil SET-ASIDE: This requirement is 100% Set-Aside for Small Business and the associated NAICS code is 334111,Electronic Computer Manufacturing, merchant wholesalers and the small business size standard is $23,000,000.00. DESCRIPTION: is to obtain brand name Sidewinder Firewall hardware or equal for technology refresh and all the requirements with salient features will be listed in the Description of Requirements (DOR) within this document. BASIS OF AWARD: The contract will be awarded based on the lowest priced technically acceptable offer. Price;- This is a proposed Firm Fixed Price (FFP) contract type. The offeror shall provide a FFP amount for each of the items listed in the proposed Contract Line Item Numbers (CLINs): SHIP TO ADDRESS: DoDAAC: HQ0427 DFAS Bratenahl 555 E. 88th Street Bratenahl, OH 44108 CLINs: 1. SWOP-AP-GETH-FBR-DP-A Network Card, Intel Pro 1000 Gigabit NIC- Dual Port Fiber, PCI-X Quantity 38 2. SWOP-AP-GETH-6X-A Network Card, 6 Gigabit Copper Interfaces, PCI-X Quantity 38 3. SW7X-AP-UP-2150E-C Sidewinder v7 Appliance, Model 2150E, Upgrade from any unlimited multiple processor systems: Sidewinder v7 Software or Appliance; Classic or TSP Appliance Quantity 38 4. CCAP-UP-SW7- CC2500 Upgrade Appliance- Command Center Model CC2500 for Sidewinder v7 (Central Management for up to 100 Sidewinder v7s) Quantity 3 The above recommended CLIN structure represents the Brand Name Sidewinder Firewall Hardware. If quoting an Equal product this offeror must provide information which substantiates that it meets the salient features indicated below. The Brand Name Salient Features: 1. Compatibility Specifications: a. Hardware must be compatible and have vendor support for installation of the Secure Computing Secure Operating System (SecureOS) Version 7 patented Type Enforcement and compartmentalized operating system b. Hardware must be compatible and have vendor support for installation of Secure Computing SecureOS version 7 CommandCenter central management software c. Hardware must support high availability configurations (both active/active and active/standby) when SecureOS is installed d. Hardware with installed SecureOS must maintain the DoD required Common Criteria certification status 2. Hardware specifications: a. 2x2.33Ghz Xeon quad core processors or better b. 1333Mhz front side bus c. 2GB memory or higher d. 4x146Gb 15K RPM SAS hard drives or larger in RAID 5 configuration e. 14 copper gigabit Ethernet ports (only 2 ports required for CommandCenter hardware) f. 2 fiber gigabit Ethernet ports (no fiber ports required for CommandCenter hardware) g. Support for 10 gigabit Ethernet interfaces h. Redundant power supplies i. 2U form factor 3. Performance specifications: a. Support SSL/HTTPS decryption and filtering b. Capable of at least 350Mbps IPSec VPN throughput c. Capable of at least 2.9Gps stateful throughput d. Capable of at least 1.6M concurrent connections e. Capable of at least 3.1Gps application filtering throughput 4. Regulatory specifications for the system (hardware and all software installed): a. Must be a FIPS 140-2 certified system b. Must be a Common Criteria EAL 4+certified Application-Proxy firewall using the medium robust protection profile c. Must support Public Key Infrastructure (PKI) authentication technologies employed in the DoD Common Access Card (CAC) as required by DoD instruction 8520.2 ANTICIPATED PERIOD OF PERFORMANCE/ DELIVERY SCHEDULE: Request you quote your best delivery for the above referenced equipment. The purchase of Firewall Hardware will take place within 30 days, and POP does not apply.The inspection and acceptance and F.O.B. will be at destination. The following provisions apply to include any addenda- FAR 52.212-1, Instruction to Offerors-Commercial; 52.212.2, Evaluation- Commercial Items, FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (offerors are to complete when returning their offer); FAR 52.212-4, Contract Terms and Conditions- Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items apply to this acquisition. FAR 52.211-6 Also applies and is provided in full text as follows: Brand Name or Equal (Aug 1999) a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. The Government Intends to include the following DFAS, FAR, and DFARS Clauses and Provisions, either by Reference or in full text in the resulting award: DFAS 252.223-9000 Environmentally Preferable products; DFAS 252.232-9000 WAWF Instructions. Offers are due September 2, 2008 at 1:00 PM EST to Defense Finance and Accounting Service.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cbf07817173e70a4ec8b4095f6ba1866&tab=core&_cview=1)
 
Place of Performance
Address: DoDAAC: HQ0427, DFAS Bratenahl, 555 E. 88th Street, Bratenahl, Ohio, 44108, United States
Zip Code: 44108
 
Record
SN01643657-W 20080820/080818221509-cbf07817173e70a4ec8b4095f6ba1866 (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.