Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2009 FBO #2848
MODIFICATION

70 -- Symantec Software (Reposted to include Brand Name Justification)

Notice Date
9/9/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N Ft Myer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1019930302
 
Response Due
9/11/2009
 
Archive Date
3/10/2010
 
Point of Contact
Name: Steven Haines, Title: Logistics Specialist, Phone: 703-875-6746, Fax:
 
E-Mail Address
hainessg@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1019930302. 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. 148603_01. 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 must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. 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 2009-09-11 15:30:00.0 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 BNDL STD LIC Band H Essential 12MO Symantec - P/N: 12706444, 15000, 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The Department has a requirement for Symantec AntiVirus Software. Symantec Endpoint Protections I 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. Symantec Corporation works with the State Department on AntiVirus initiatives to protect Department of State desktop 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. 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 multivendorapproach 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 contractors unique qualifications are used as a basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Departments requirements. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. (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. 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. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019930302/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20547
Zip Code: 20547
 
Record
SN01947594-W 20090911/090910001444-a25f25b071f5a7b8432fe51705f79f25 (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.