Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2009 FBO #2815
SOLICITATION NOTICE

70 -- Core Security Software License

Notice Date
8/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division - ITS, ITS Contracts Team, 2150 Centre Ave., Bldg. A., Suite T-145, Fort Collins, Colorado, 80526-1891
 
ZIP Code
80526-1891
 
Solicitation Number
AG-3144-S-09-KJ01
 
Archive Date
8/28/2009
 
Point of Contact
Kelly L Jenkins, Phone: 970-295-5455
 
E-Mail Address
kelly.jenkins@ftc.usda.gov
(kelly.jenkins@ftc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for commercial items prepared 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; quotations are being requested and a separate written solicitation will not be issued. Solicitation number AG-3144-S-09-KJ01 applies and is issued as a Request for Quotation (RFQ) in conjunction with FAR Part 13, Simplified Acquisition. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. The NAICS code is 423430 and the applicable size standard is 100 employees. The anticipated contract type will be a fixed price purchase order. This procurement is set-aside for small business. The Government’s need is for: CLIN 0001: Impact 1 Machine License, 12 months. Quantity: 2 each P/N: CS-GVT-CIO1MO1Y; Manufacturer: Core Security Includes the following: -Delivery of Software Programs via CD or download. -New and updated exploits and modules, and new Software program versions during license term. -Telephone/email support M-F 8am-5pm ET. -24x7 access to online customer portal. -Unlimited access to weekly web-based product training. Evaluation Factors: The Government intends to make single award to the responsible offeror whose offer is the most advantageous to the Government considering overall best value, price and non-price factors considered. The following Provisions and Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certification Commercial Items, FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, FAR 52.213-2 Invoices, FAR 52.232-1 Payments, FAR 52.232-25 Prompt Payments, FAR 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration or FAR 52.232-36 Payment by Third Party, FAR 52.249-13 Failure to Perform, FAR 52.252-1 Solicitation Provisions Incorporated By Reference and FAR 52.252-2 Clauses Incorporated by Reference. Responsible offeror must be active in the Central Contractor registration on in accordance with FAR 52.204-7. DUNS, TIN, and CAGE Code must be written on submitted quote. Full texts of clauses are available at http://farsite.hill.af.mil. Offers should be submitted via e-mail to Kelly Jenkins, Kelly.jenkins@ftc.usda.gov or by fax to 970-295-5525. Offers must be received no later than 3:00 p.m. Mountain Time, Thursday, August 13, 2009. This is brand name requirement. The agency already has this brand of software and is purchasing additional license support. This software has passed all mandatory agency certification requirements. Any new software must be tested, certified, and approved prior to use on the client’s machine. The costs associated with the additional certification and resultant change over of software products would be more than the costs of continuing to utilize Core Security software as a brand name requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/PODFC/AG-3144-S-09-KJ01/listing.html)
 
Place of Performance
Address: Delivery is electronic and e-mail address will be provided to successful offeror., United States
 
Record
SN01903449-W 20090809/090808000159-eafa80e23ad922cf68c94b1d9067ab49 (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.