Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
SOLICITATION NOTICE

70 -- ISS Tenable and WebInspect

Notice Date
4/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
701 S 12 st, Arlington, VA 20598
 
ZIP Code
20598
 
Solicitation Number
HSTS03-10-Q-CIO294
 
Response Due
4/20/2010
 
Archive Date
10/17/2010
 
Point of Contact
Name: Claudia Mejia Forte, Title: Contract Specialist, Phone: 571-227-2129, Fax:
 
E-Mail Address
claudia.mejia-forte@dhs.gov;
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSTS03-10-Q-CIO294 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334611 with a small business size standard of 500.00 employees. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-04-20 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS Transportation Security Administration requires the following items, Exact Match Only, to the following: LI 001, T9584AAE WebInspect Maintenance until 2/28/2010, 12, EA; LI 002, ISS-SVP-WIN-1-PB-M IBM ISS Proventia Server for Windows 2000/2003 Maintenance until 2/28/2011, 139, EA; LI 003, ISS-NSB-SITE-MBIBM ISS Standard Maintenance and Support for Internet Scanner Maintenance until 2/28/2011, 1, EA; LI 004, ISS-G100-1-CSB-CT IBM Proventia G100, Advanced Exchange and Content Subscription Maintenance until 2/28/2011 Serial Numbers:508B02781, 508C40603, 508C40613, 508C40623, 508C43283, 508C43293, 508C43303, 508C43313, 508C43323, 508C43333, 508C43343, 508C43353, 508C43363, 508C43373, 508C43383, 508C43403, 508C43423, 508C43443, 508C43453, 508C43463, 508C43473, 508C43533, 508C43543, 508C43553, 508C43563, 508C43583, 508C43593, 508C43603, 508C43613, 508C43623, 508C43633, 508C43643, 508C43653, 508C43663 & 608C04673, 35, EA; LI 005, ISS-GX4002-C-1-M-CT IBM Advanced Exchange and Updates for Proventia GX4002C Maintenance until 2/28/2011, 10, EA; LI 006, ISS-G1000-1-CSB-CT IBM Proventia G1000 Advanced Exchange & Content Subscription Maintenance until 2/28/2011Serial Numbers: 411B00911, 411B00061, 411B00111, 411B00151, 411B00251, 411B00261, 411B00271, 411B00281, 411B00291 & 411B00301, 10, EA; LI 007, ISS-SVP-WIN-1-PB-MCT IBM Proventia Server for SVP-WIN-1-PB Maintenance until 2/28/2011, 11, EA; LI 008, DD56FLLIBM Rational Appscan Express Maintenance until 10/13/2011, 5, EA; LI 009, ISS-RSV-SOL-1-PB-MCT IBM RealSecure Server Sensor for Solaris ServersMaintenance until 2/28/2011, 6, EA; LI 010, ISS-RSV-W2K-1-PB-MCT IBM RealSecure Server Sensor for Windows 2000 Servers - StandardMaintenance until 2/28/2011, 385, EA; LI 011, ISS-RSV-W2K3-1-PBMCT IBM RealSecure Server Sensor for Windows 2003 Servers - StandardMaintenance until 2/28/2011, 59, EA; LI 012, ISS-SP-PRG-P-M-CT IBM SiteProtector Software Maintenance until 2/28/2011, 1, EA; LI 013, SERV-NES-01 Tenable Annual Subscription for Nessus Professional Feed Plugin w/ annual support Maintenance Until 2/28/2011, 26, EA; For this solicitation, DHS Transportation Security Administration 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. In the event this procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. Please see FAR 19.502-2 for more information and exceptions. For this procurement, the associated North American Industrial Classification System (NAICS) code is_334611_with a small business size standard of__500___ employees." New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The government reserves the right to award to more than one (1) responsible vendor in the event that no one [1] vendor is unable to meet the complete requirement or if the pricing offered is determined by the Contracting Officer not to be in the best interest of the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS03-10-Q-CIO294/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02123938-W 20100418/100416234741-b45ff7bced9420dbc596ac752cb2d71a (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.