SOLICITATION NOTICE
70 -- NexGen Load Testing Equipment
- Notice Date
- 5/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1701 N Fort Meyer Drive, Rosslyn, VA 22209
- ZIP Code
- 22209
- Solicitation Number
- 1019030187
- Response Due
- 5/7/2010
- Archive Date
- 11/3/2010
- Point of Contact
- Name: Felicia Goudy, Title: Contract Specialist, Phone: 7038755202, Fax:
- E-Mail Address
-
goudyfd@state.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, 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 1019030187 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 334113 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] 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 2010-05-07 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be SPRINGFIELD, VA 22153 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, OPTIXIAXM2-02, Chassis, 2-slot XM form factor Optixia XM2 chassis,RoHS compliant, Includes integrated PC controller, Windows XP Pro,IxExplorer software, and modular power supply; REQUIRES FreeSoftware Media Kit to be ordered separately, Specify Qty(1) 922-30025.10; Qty (1) 922-3003 5.20; OR Qty (1) 922-3004 5.30Product Code: 941-0003, 1, EA; LI 002, IXOS Software, Release 5.50, Free Media Kit; Includes Quick StartGuide and CD-ROM with User Guide; REQUIRES adjoining Ixia chassispurchase; For Windows OS downgrade (from Windows XP to 2000),specify Qty (1) 943-0003 Windows 2000 for adjoining purchases of941-0001 (OPTIXIAX16-01), or 941-0004 (IXIA 400T), or 941-0007(OPTIXIAXL10-01) onlyProduct Code: 922-3005 5.50, 1, EA; LI 003, LSM1000XMV4-01, Gigabit Ethernet Load Module, 4-Port Dual-PHY(RJ45 and SFP) 10/100/1000 Mbps; for 941-0003 (OPTIXIAXM2-02),941-0009 (OPTIXIAXM12-02), or 941-0002 (OPTIXIAXM12-01) chassis;1GB Port CPU memory; Fiber Ports REQUIRE SFP transceivers,options include SFP-LX or SFP-SXProduct Code: 944-0028, 1, EA; LI 004, Aptixia IXLOAD-PLUS, Base Software Bundle, Layer 4-7 PerformanceTest Application Base Software IXLOAD; enhanced with additionalprotocols such as Telnet, DNS, DHCP, LDAP, and TraceFileReplay;Supports SSL Client, SSL Server, HTTP, HTTPS, FTP, and TCP;FreeMedia Kit available if ordered separately with adjoining softwarepurchase; Specify Qty (1) 925-3000 IxLoad Triple-Play Media Kit, ORSpecify Qty (1) 925-3004 IxLoad-VoIP Media Kit; Does not includeANALYZERProduct Code: 925-3300, 1, EA; LI 005, Aptixia IXLOAD-ADVNET-8021X, Optional software, AdvancedNetworking Feature includes 802.1x; REQUIRES previous purchase of925-3001 (IXLOAD), 925-3002 (IXLOAD-BASIC), 925-3300(IXLOAD-PLUS), OR any 925-35xx IXLOAD Software Bundle; ==> SeeStack Manager purchase option 937-0003 SM-AUTH-SHARE; providesentitlement to 930-2025 IxNetwork 802.1x emulationProduct Code: 25-3149, 1, EA; LI 006, Accessory, XFP Transceiver for 10 Gigabit load modules with pluggableXFP interface, 1310nm; Operates with these supported load modules[see (944-0022 LSM10G1-01 or 944-0024 LSM10GL1-01 with 948-0002XFP-ADAP-02), 944-0012 (MSM10G1-02), 944-0003 (LSM10GXL6-02),944-0004 (LSM10GXM3-01), and 944-0005 (LSM10GXMR3-01)]Product Code: XFP-1310, 4, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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. An Offeror 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 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 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. 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following term: FAR 52.225-5 Trade Agreements (Nov 2007). Please note: An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The full text of this FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must also submit a completed copy of the provision at FAR 52.225-6 Trade Agreements Certificate (Jan 2005), as follows: (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled Trade Agreements. (b) The offeror shall list as other end products those supplies that are not U.S.-made or designated country end products. Other End Products:Line Item No. __________ Country of Origin _________[List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for those products are insufficient to fulfill the requirements of this solicitation  Be able to test at least 16,000 simultaneous users and up to 100,000 users iffully upgraded. Be able to provide a single platform for all layer 2 to layer 7 measurements 802.1X measurement capability should support MD5, EAP-TLS, EAP-TTLS,PEAP-V0, PEAPV1 + NAC(MSCHAPv2), EAP-FAST, EAP-FAST +NAC(MSCHAPv2) Be able to provide 802.1x supplicant emulation with and without NAC Be able to emulate of hosts attempting network access via EAPoUDP Be able to support for NAC modes: NAC-L2-IP(switch port) and NAC-L3-IP(Router port) Be able to emulate the host authentication through Web Authentication
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019030187/listing.html)
- Place of Performance
- Address: SPRINGFIELD, VA 22153
- Zip Code: 22153
- Zip Code: 22153
- Record
- SN02139476-W 20100506/100504234927-aa11acd4c0f960baddaa97c1410b17a3 (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 |