SOLICITATION NOTICE
70 -- Security Info & Event Management license & support - Statement of Work
- Notice Date
- 9/10/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- PSC11221
- Archive Date
- 10/2/2009
- Point of Contact
- lisa portner durant, Phone: 3014430705
- E-Mail Address
-
lisa.durant@psc.hhs.gov
(lisa.durant@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- FOH must deploy a log management/SIEM tool to protect and provide forensic audit support for the FOH network. This is an American Recovery and Reinvestment Act procurement. Pursuant to FAR 52.204-11, American Recovery and Reinvestment Act - Reporting Requirements. Contractors are required to register by October 1, 2009 and file their first report by October 10, 2009, at www.FederalReporting.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is PSC11221 and it is issued as request for quotation (RFQ). Please view attachments This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (iv) This is not a small business set aside; however, more consideration may be given to the offeror's Socio-Economic status. The associated NAICS code is 511210 and small business size standard is $25 Million. The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The provision at 52.212-2 is not applicable. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror that meets the evaluation criteria (Lowest Price Technically Acceptable - LPTA). In addition to the equipment proposed, offerors are to demonstrate the understanding of the Governments requirement and how they will accomplish this requirement. (x) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Please note: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Aug 2009), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (a)(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts); (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5), (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b); (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423); (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); (42) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). Technical questions due by September 15, 2009 12 noon EST Offers are due on September 17, 2009 9 am EST This is an American Recovery and Reinvestment Act procurement. Pursuant to FAR 52.204-11, American Recovery and Reinvestment Act - Reporting Requirements. Contractors are required to register by October 1, 2009 and file their first report by October 10, 2009, at www.FederalReporting.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/PSC11221/listing.html)
- Place of Performance
- Address: HHS,PSC,FOH,ARM,BTS, 915 2nd Ave., Room 3112, Seattle, Washington, 98174, United States
- Zip Code: 98174
- Zip Code: 98174
- Record
- SN01949513-W 20090912/090911001124-d6c2c60cff01e9f8ec6043bea017c5b5 (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 |