Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2009 FBO #2670
SOLICITATION NOTICE

70 -- Vulnerability Management Systems Purchase

Notice Date
3/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, PO Box 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RQ52-09NA29253
 
Response Due
4/1/2009
 
Archive Date
10/1/2009
 
Point of Contact
Mary Henry, Contracting Officer, 505-845-6493,mhenry@doeal.gov;Curley M Hall, Contract Specialist, 505-845-5949;<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial itemsprepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Responses shall reference Request for Quote No. DE-RQ52-09NA29253. The Department of Energy, National Nuclear Security Administration (DOE/NNSA) intends to procure two NeXpose Vulnerability Management Systems and associated licenses, appliance, installation and training. SALIENT CHARACTERISTICS are as follows: the management system must have a capability for local administrators to get updates via the open network to be installed on the closed network appliance. The management system must include easy-to-install, self-contained, low-maintenance appliances. The management system must have the capability to compare an older scan to a newer scan all the way down to a single IP/device during periodical scanning. Encryption must be FIPS 140-2 compliant. Appliance must have SCAP validation and FDCC scanning ability. Maintenance must be included with appliances. On-site training/setup assistance must be included. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. This acquisition is a 100% set aside for small businesses under North American Industry Classification System (NAICS) Code is 511210 with a corresponding qualifying size standard of $25.0 million dollars (indicates maximum allowed for a concern, including its affiliates, to be considered small). Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, veteran-owned small business, service disabled veteran-owned small business, 8(a) business or HUBZone. The DOE/NNSA Acquisition Department intends to award one Firm-Fixed Price Contract for the five contract line items numbers listed below. CLIN 0001 The contractor shall provide Nexpose Vulnerability Management System, part number NXNSC5 or equal. Quantity: 2. Unit Measure: EA CLIN 0002 The contractor shall provide Nexpose IP License for Specified IP Range, part number NXIPLIC or equal. Quantity: 5000. Unit Measure: EA CLIN 0003 The contractor shall provide Nexpose Discovery License for Specified Number of IPs, part number NXDIS CLIC or equal. Quantity: 2. Unit Measure: EA CLIN 0004 The contractor shall provide Nexpose Appliance, part number NXAPPLIANCE or equal. Quantity: 2. Unit Measure: EA CLIN 0005 The contractor shall provide Nexpose Jump Start Installation & Training. Shipping costs and New Mexico Gross Receipt Taxes (NMGRT) (if applicable) should be included in the offerors quotation. The contractor shall deliver all items to: U.S. DOE/NNSA, Attention: Rebecca D Arco, Warehouse Building 20397, Pennsylvania & K Streets (Kirtland AFB), Albuquerque, NM 87185-5400. The warehouse point-of-contact is Ronald M Chavez, (505) 845-5339. Technical literature must be submitted for products offered for the Government to perform a technical evaluation of equal items. No further request will be made to obtain required literature. Failure to submit technical literature may result in your offer being eliminated from award consideration. In accordance with FAR 13.106-1(a) (2), offerors are notified that award will be made on the basis of socio-economic status, specification requirements, ease of maintenance, equipment integration and growth, past performance, and price. Solicitation responses must contain offerors prompt payment discount terms (if any), proposed delivery date, and warranty. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to OfferorsCommercial Items; FAR 52.212-2, EvaluationCommercial Items (TAILORED) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, provides best value and will be most advantageous to the Government, price and other factors considered. Award will be made relative to best overall value. Offers must meet all minimum specifications, but offers which exceed minimums may be rated more favorably. The Government will not, however, pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the Government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify higher price. Should all offers appear equal, price will become the determining factor in the award decision. The following factors shall be used to evaluate offers in descending order of importance. Note that the factors listed under technical evaluation are of equal importance: a. Socio-Economic Status: Quotations from Offerors that qualify as a small business will be evaluated and those that do not qualify as a small business will not be evaluated. b. Technical Evaluation: Offerors quotation must address the following items: (1) Specification Requirements: Offerors must show how their system will meet the requirement of the salient characteristics. (2) Ease of Maintenance: Offeror must show how the system is maintained to include preventative maintenance requirements, skill level of maintenance personnel, and tools and equipment required for troubleshooting and repair. Preference will be given if the offerors proposed system has built in test features, dramatically reduces troubleshooting and repair time, requires less skilled labor to repair, and does not require special test equipment. (3) Equipment Integration & Growth: Offeror must show their system can operate with an existing security systems infrastructure. Preference will be given if the offeror shows that the system design allows easy expansion and the integration to other systems with very little programming or hardware changes. (4) Past Performance: Offeror must demonstrate its experience with projects of similar size and complexity. The Offeror must provide at least three customers and their contact information to verify past performance. Past performance on identical projects to this procurement will result in a higher score. Past performance will be verified. c. Price will be considered in determining best value. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offerors specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, a completed copy of this clause must accompany your solicitation response unless a current copy resides online at https://orca.bpn.gov/. FAR 52.212-4, Contract Terms and ConditionsCommercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, [in paragraphs (b) and (c)] the following clauses apply: 52.219-6, 52.219-8; 52.219-28; 52.222-3, 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.223-15; 52.225-1; 52.225-13; 52.232-33. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The following local clauses apply to this acquisition: G004 -- BILLING INSTRUCTIONS (OTHER THAN COST-REIMBURSEMENT TYPE CONTRACTS) (FEB 2005). The following instructions are provided for submission of vouchers requesting reimbursement. The submission of vouchers electronically will reduce correspondence and other causes for delay to a minimum and will facilitate prompt payment to the Contractor. Vendors shall submit vouchers electronically through the Oak Ridge Financial Service Centers (ORFSC) Vendor Inquiry Payment Electronic Reporting System (VIPERS). VIPERS allow vendors to check the payment status of any voucher submitted to the DOE. To obtain access to and use VIPERS, please visit the web page at ttp://finweb.oro.doe.gov/vipers.htm. Detailed instructions on how to enroll and use the system are provided on the web page. Each invoice shall include the following: (1) contract number; (2) order number; (3) date of invoice; (4) invoice number; (5) total amount of invoice; (6) period covered or items delivered; and (7) cumulative amount invoiced to date. Payments made under this contract shall be considered Delivery Payments as defined in FAR 32.001, Definitions. The contractor will be paid after approval by the NNSA Approving Officer. (END OF CLAUSE) H034 -- LOBBYING RESTRICTION (ENERGY AND WATER DEVELOPMENT AND RELATED AGENCIES APPROPRIATIONS ACT 2008) (MAR 2008). The contractor agrees that none of the funds obligated on this award shall be expended directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (END OF CLAUSE) Electronic responses/offers to this combined synopsis/solicitation will be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. It is the offerors responsibility to monitor the IIPS site for the release of amendments (if any). For further assistance and instruction for the use of IIPS, the on-line help document is available at http://e-center-doe.gov/doebiz.nsf./ or ttp://www.doeal.gov/cpd/readroom.htm. Offerors shall submit price quotations for CLINs 0001, 0002, 0003 and 0004. The contractor shall submit a cost break down of installation and training for CLIN 0005. Offerors must address the items indicated in FAR 52-212-2, EvaluationCommercial Items. The maximum page count of the quotation is twenty (20) pages, page size 8 1/2 x 11, single-spaced, in Times New Roman 12-point lettering. Pages that exceed number limit specified above will not be reviewed. SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other methods will not be evaluated. Quotations must be received through the IIPS website (http://e-center.doe.gov/ ) NO LATER THAN 2:00 pm Mountain Time Thursday, April 1, 2009. Each quotation is to be submitted according to the instruction detailed in the IIPS on-line help document, which is available at http://e-center-doe.gov/doebiz.nsf./. It is the responsibility of the contractor, prior to the quotation due date and time, to verify successfully transmission in accordance with the Proposal Submission instructions in the IIPS Users Guide for Contractors. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If your company is not registered in CCR, please request a CCR application from (888) 227-2423 or through the CCR website at http://www.ccr.gov. All questions or inquires regarding this solicitation should be directed to Ms. Curley M. Hall, Contract Specialist, email: chall@doeal.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5f32bddc6a25991df834a4f433facc90&tab=core&_cview=1)
 
Record
SN01770602-W 20090319/090317215315-5f32bddc6a25991df834a4f433facc90 (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.