Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

70 -- RECOVERY--70--RECOVERY - AntiVirus Software

Notice Date
6/23/2010
 
Notice Type
Presolicitation
 
Contracting Office
1701 Ft Myer Drive, Rosslyn, VA 22209
 
ZIP Code
22209
 
Solicitation Number
SAQMMA10Q0171
 
Response Due
6/29/2010
 
Archive Date
12/26/2010
 
Point of Contact
Name: Cynthia Harper, Title: Contract Specialist, Phone: 703-875-6218, Fax: 703-875-7370
 
E-Mail Address
harperc@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number SAQMMA10Q0171. 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. 189299. 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 2010-06-29 15:00:00.0 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, Brand Name or Equal, to the following: LI 001, SYMC Network Access Control 11.0 BNDL STD LIC BAND H ESSENTIAL 12MO P/N: 12707038, 100000, EA; LI 002, Includes one (1) Year Maintenance, 1, EA; LI 003, SYMC NETWORK ACCESS CONTROL 11.0 ESSENTIAL - 12 MONTHS BAND H - P/N: 12707068, 100000, EA; LI 004, Support for line 1 Year 2, 1, EA; LI 005, SYMC NETWORK ACCESS CONTROL 11.0 ESSENTIAL - 12 MONTHS BAND H - P/N: 12707068, 100000, EA; LI 006, Support for line 1 Year 3, 1, EA; LI 007, SYMC ENDPOINT PROTECTION 11.0 BNDL STD LIC BAND H ESSENTIAL 12MO - P/N: 12706444, 30000, EA; LI 008, Includes one (1) Year of Maintenance, 1, EA; LI 009, SYMC ENDPOINT PROTECTION 11.0 BNDL STD LIC BAND H ESSENTIAL 12 MO - P/N: 12706494, 30000, EA; LI 010, Support for line 7 Year 2, 1, EA; LI 011, SYMC ENDPOINT PROTECTION 11.0 ESSENTIAL - 12 MONTHS BAND H - P/N: 12706494, 30000, EA; LI 012, Support for line 7 Year 3, 1, EA; LI 013, Corporate Pass for United States, 30 Day Voucher, Training - P/N: TM-CPASS-30DAY-REG, 1, EA; LI 014, Consultant Labor - Symantec - P/N: 14278130, 2640, EA; LI 015, The Symantec Endpoint Protection (SEP) Consultant will assist the State Department's SNAC implementation (up to 100,000 users), as well as work with the current deployement of SEP to stabilize, help resolve technical issues, setting proper policies, interface with Symantec's Support, work on deployment strategy, and test automated-enforcement/6100 appliances. Become a team member with the internal State team helping support 100,000 users. The Consultant will spend 3 weeks onsite and one week remote each month. One week vacation (time off) every three months will be taken., 1, EA; LI 016, Option Year One: Provide pricing for all CLIN items (CLIN 001 to CLIN 015)for the Option Year One., 1, LOT; LI 017, Option Year Two: Provide pricing for all CLIN items (CLIN 001 to CLIN 015)for the Option Year Two., 1, LOT; LI 018, Option Year Three: Provide pricing for all CLIN items (CLIN 001 to CLIN 015)for the Option Year Three., 1, LOT; LI 019, Option Year Three: Provide pricing for all CLIN items (CLIN 001 to CLIN 015)for the Option Year Three., 1, LOT; 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. 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. 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. 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.") 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. 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. All items requested are required to be on the vendors schedule contract as a precondition to its receiving the award order. Offers that include any items not on schedule with a total amount exceeding the micropurchase threshold at time of bid will not be considered. This procurement action is being funded with supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009 (ARRA), Pub. L. 111-5. It is the intention of the Department of State to issue a bilateral contract resulting from this solicitation, which, in addition to other contract clauses, will incorporate commercial contract clauses specific to ARRA procurements. Contract clauses will include: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Alternate II May 2009), 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Mar 2009), 52.204-11 American Recovery and Reinvestment ActReporting Requirements (Mar 2009), and 52.214-26 Audit and RecordsSealed Bidding (Mar 2009). In addition to following the invoicing procedures detailed in clause 01INV of the contract, the awardee must also submit a copy of all invoices to the Contracting Officer and/or Contract Specialist named on page 1 of the contract, for recording purposes. Failure to furnish a copy of all invoices accordingly may result in denied invoice approval and/or payment. a) Definitions. As used in this provision: Foreign person means any person other than a United States person as defined below. United States person means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as provided under the Export Administration Act of 1979, as amended. (b) Certification. By submitting this offer, the offeror certifies that it is not: (1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel by Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking; or, (2) Discriminating in the award of subcontracts on the basis of religion. (a) The Department of States Competition Advocate is responsible for assisting industry in removing restrictive requirements from Department of State solicitations and removing barriers to full and open competition and use of commercial items. If such a solicitation is considered competitively restrictive or does not appear properly conducive to competition and commercial practices, potential offerors are encouraged to first contact the contracting office for the respective solicitation. If concerns remain unresolved, contact the Department of State Competition Advocate on (703) 516-1693, by fax at (703) 875-6155, or write to: U.S. Department of State, Competition Advocate, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712. (b) The Department of States Acquisition Ombudsman has been appointed to hear concerns from potential offerors and contractors during the pre-award and post-award phases of this acquisition. The role of the ombudsman is not to diminish the authority of the contracting officer, the Technical Evaluation Panel or Source Evaluation Board, or the selection official. The purpose of the ombudsman is to facilitate the communication of concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel, and work to resolve them. When requested and appropriate, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to contact the AQM contracting activity ombudsman, Lisa Million, at tel. 703-875-5230. For an American Embassy or overseas post, refer to the numbers below for the Department Acquisition Ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at a contracting activity level may be referred to the Department of State Acquisition Ombudsman at (703) 516-1693, by fax at (703) 875-6155, or write to: Department of State, Acquisition Ombudsman, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712. (End of provision) The Government reserves the right to request bid samples of the proposed software for further evaluation and testing. If a vendor proposes the same brand of software now used by DoS the samples submission will be waived otherwise the samples will be requested and must meet the following: a) Bid sample means a product sample required to be submitted by a bidder to show those characteristics of the offered products that cannot adequately be described by specifications, purchase descriptions, or the invitation for bid (e.g., balance, facility of use, or pattern). (b) Bidders must furnish four (4) DVD/CD-ROM copies of the entire antivirus software package requested WITHIN 5 DAYS OF GOVERNMENT REQUEST. Only those bidders who submit a technically acceptable package based on the evaluation criteria will be requested to provide the four (4) Anti-Virus software package samples at the final stages of the technical evaluation. If the bidder fails to submit samples on time, the Government will reject the bid and it will be noted as non-responsive. (c) The Government will test or evaluate bid samples to determine compliance with all the salient characteristics and solicitation provisions of this solicitation. The Government will reject the bid when the sample fails to conform to the required characteristics. Products delivered under any resulting contract must conform to: (1) The approved sample for the characteristics listed for test or evaluation; and (2) The specifications for all other characteristics. (d) Unless otherwise specified in the solicitation, bid samples shall be: (1) Submitted at no expense to the Government; and (2) Returned at the bidders request and expense, unless they are damaged/destroyed during pre-award testing. The Government will not be responsible for any damaged or destroyed antivirus software. Alternate I (May 2002). (e) At the discretion of the Contracting Officer, the requirement for furnishing bid samples may be waived for a bidder if: (1) The Contracting Officer determines that the previously offered product was accepted or tested and found to comply with specification and other requirements for technical acceptability conforming in every material respect with those in this solicitation. The bid samples will be submitted to the following contact person at the address provided: Department of State SA-6 ATTENTION: Cynthia Harper 1701 Ft Myer Drive Arlington, VA 22209 HarperC@state.gov 703-875-6218 ***If Ms. Harper is unavailable to receive the samples, please contact Ms. Amanda Rogers at 703-875-5481 or email her at RogersAN@state.gov Testing checklist for Analyst The testing plan consists of a wide range of questions each technical analyst will be required to answer during each sample software testing. There will only be one test environment set up which the evaluators will share. The Government may request that the vendor/bidder assist with installing their software solution in the test environment. If the Government determines to have the vendor/bidder present for this it will be scheduled with the vendor at the time of the sample request. Ease of installation/CompatibilityIn Motion (Network) Did the system install on Department Configured Operating System?Were there any configuration changes required to the DoS Build?Was there any special permission required for installation?Did any services or applications stop working?Will the system function with the DoS Networks?In Use (Desktop)Did the system install on Department Configured Operating System?Were there any configuration changes required to the DoS Build?Was there any special permission required for installation?Did any other applications or services stop working?Can the Desktop software be installed using SMS/SCCM? At rest (server/DB)Did the system install on Department Configured Operating System?Were there any configuration changes required to the DoS Build?Was there any special permission required for installation?Did any other applications or services stop working? Management System (Central Console)Did the system install on Department Configured Operating System?Were there any configuration changes required to the DoS Build?Was there any special permission required for installation?Did any other applications or services stop working? FunctionalityDoes the system detect known threats?Does the system provide differentiated alerting? Does the system provide an automated output in SCAP format for iPost? Does the system provide standardized reporting? Does the system provide the ability to customize reports? Does the system provide the ability to create reports from scratch? The offeror shall submit FOUR (4) DVD/CD-ROM copies of the entire AntiVirus Software package when requested by the Government. Once the bid/quote/proposal is evaluated, the Government will request samples from the bidder with an 'acceptable' technical proposal. After the sample software is tested on a PASS/FAIL Basis, a delivery order or award will be awarded to the Contractor whose sample software is lowest price technically acceptable and conforms to the specifications outlined in solicitation. Address to deliver the software is as follows: United States Department of State Office of Acquisition Management Suite 200 1701 N. Ft. Myer Drive (enter building via visitor entrance) Arlington, VA 22209 Attention: Ms. Cynthia Harper Phone: 703-875-6218 ***If Ms. Harper is unavailable, please contact the following: Alt contact 1: Amanda Rogers 703-875-5481 *The Govt. requires delivery of sample via express mail/courier or hand-carried methods.* Technical Evaluation Criteria and Rating After the sample software system and technical proposals are reviewed, the cost proposal will be the determining factor. A purchase award will be awarded to the Contractor whose sample software and technical proposals are determined to best meet the needs of the Government after consideration of all factors. Each technical proposal should address every item listed under each factor in detail providing documentation as proof. Technical Factors Method of award will be based on the following technical factors: Items1. Technical Evaluation Criteria2. Past Performance3. Testing of Software (if applicable) ScoringOutstanding - Exceeds minimum specifications requirementsAcceptable Meets minimum specifications requirementsUnacceptable Does not meet minimum specifications requirements The Government reserves the right to request samples from the vendors/bidders whose proposals receive an acceptable scoring from the Technical Evaluation Panel (TEP) based on the listed evaluation factors of this solicitation. After completion of evaluation by the TEP a recommendation to the contracting officer will be made for award. Due to the nature of this requirement and how it will affects the agency infrastructure domestically and internationally each technical evaluation criteria carries one of the following annotations. M - Mandatory: Federal requirements govern by regulation or policy. A federal requirement includes NIST, FIPS 140-2, OMB M-06-16, M-06-19, M-07-16 etc. R - Required: Department of State requirements which are critical for current system Architecture. AR -Additional Requirements: Project requirements which are considered above minimum specifications. If a software product does have these elements, it will be scored higher than those without. See Attachment C for a complete description of the technical evaluation factors and testing criteria. The Government reserves the right to request a live test demonstration before award of contract. The vendor will be notified by the Government if a test demonstration will need to be conducted and it will be held at the Government's site. The anti-virus solution/vendor must provide:Unlimited, live 24/7 human technical support; (vendor website or email address does not meet this requirement);License, support and daily updates for existing AV products during transition.Expert assistance from a senior (3 to 4 years experience) support engineer(s) (vendor specific);All components (anti-virus, anti-spyware, protection from zero-day threats against unknown threats, host-based firewall, network access control, application control, device control, & intrusion prevention) must be an all-in-one solution managed by a centralized database;Support installation, operation, patch, update and maintenance without access to the internet or special keys;Vendor specific support engineer must be available to travel and provide customer onsite support as required;Prevent malware from disabling or changing anti-virus (and other security tools) running on targeted system (s);Network Access Control (NAC) tools to verify security configuration, current signature files, and patch level compliance before granting access to the network;NAC must be capable of operating in transparent (learning) mode without enforcement;Provide a website or email address for submission of sample undetected threats for analysis and inclusion in signature files (response within 8 hours);Deploy anti-malware software and signatures both by auto update and manual update to all computers on a daily basis;Automated system must verify that all clients have received current signature updates;Software upgrades and patches as required;Centralized Management Console;Logs from all clients into a searchable central database by client, threat, time and OU.Macintosh and UNIX support required;The ability to read/import and utilize Active Directory (AD) Organizational Units (OU) and allow the creation of non-Active Directory OU for clients not found in AD for client management;Product does not alter, modify, or require write access to Active Directory;Support multiple polices and configuration settings; Must be able to share between areas or applied individually;100% redundant management;Employee anti-virus software Home Use Program at no additional cost;A Software Development Kit (SDK) available for flash drive vendors to leverage to provide on-board AV protection on the drives;Prevention of the installation of unauthorized applications;The restriction of the use of removable media/devices such as USB tokens, hard drives, CDs/DVDs, mounted network shares, external SATA devices, firewire devices, etc. to specially approved devices. Approval should be by device serial number or class and allow wild cards;Remote diagnostics to speed up problem resolution; International service coverage Solution must be capable of centrally managing all of the following required components: Antivirus, Antispyware, Application and Device Control, Firewall, IPS engine, Self/Peer to Peer, Network Based Access Control (NAC) enforcement, NAC enforcement, behavioral heuristics, and lock-down.Drag-and-drop multidimensional report and dashboard creation.Forensic analysis through free-form pivot tables.Automated incident prioritization.The solution must have no single point of failure and be capable of providing continuity of operations in the event of a failure of the main production environment.Location awareness must allow clients to automatically and transparently switch to COOP site in the event of failure and to change configurations between locations.Failover of solution must encompass all integral components including database replication of policies, logs, and content. Anti-virus/Anti-spywareSolution must support disabling scans while running on laptops operating on battery power.Solution must provide kernel level rootkit detection and remediation. The vendor must provide evidence that they are an industry leader in both endpoint protection platforms and network access control. Host Based Firewall and IPS EngineFirewall must support; schedule based rules, multiple Ethernet protocols/frame types, Anti-MAC spoofing, and OS masquerading.IPS must support vendor supplied signatures, user generated custom signatures, and have Zero Day Threat prevention capabilities. Application and Device ControlMust support black listing and white listing device control by class/vendor ID. Also application control of behavior such as reading, writing, or launching of processes to/from white listed devices.Ability to block/allow access to Registry Keys, files, folders, and process execution/DLL loading. Network Access Control Assessment solution must:Include standard checks of the operational status and currency of multivendor AV, Antispyware and Firewall components and include standard checks for Microsoft critical updates and service packs.Granular custom checks including:oregistry checks including; existence of a key, existence of a value, equality of value, success or failure of an operation to set a registry value, and success or failure to increment registry DWORD settings.oFile checks, including; existence, size, date, and hash sum.oExistence or operational status of a process or service.oThe ability to prompt users with dialogue screens such as confidentiality statements to pass compliance only after user confirmation.oAbility to perform multiple checks using Boolean logic. Network Based Access Control Enforcement solution must:Be infrastructure vendor agnostic, not require uniform router and or switch restrictions, and include IOS versions of infrastructure components.Allow for a variety of enforcement techniques including; DHCP, 802.1x, Gateway (in-line bridge), and integration with other network access control platforms such as Microsoft NAP. Network Based Access Control Remediation solution must:Be able to leverage existing Patch Management solutions to automatically remediate endpoints without user intervention including; mandatory security patch updates, AV signature updates, driver updates, and application software updates.Have options for each check including the ability to execute a script/process, create an event, or modify a registry entry.Provide capabilities of endpoint health/worthiness remediation regardless of network connectivity.Have the ability to perform continuous monitoring of compliance with the ability to automatically remediate, quarantine, lock-out, and provide access based on the status of policy. Standard software updates and patches shall be included as part of the Maintenance Support Program. The signature files shall be available electronically via an Internet (HTTP, FTP) site(s) for download by DoS SI for the duration of the maintenance contract. Software updates will include bug fixes, uninstall clean-up tools, and minor usability enhancements to the existing release of the software product. New product upgrades, fixes and Maintenance Releases for the software shall be included under this support program. The vendor shall provide 24-hour access to their web site knowledge base and FAQ page, free of charge, which will provide solutions to most common problems. Vendor must also provide the DoS a 24-hour toll free number for support as stipulated in this Solicitation. Standard Technical Support Technical support services are via telephone and e-mail shall be available between the hours of 8:00 a.m. and 5:00 p.m. U.S. Central Time. The response times for each category are provided below. All support shall be provided in the English language. An established tracking and escalation process shall be in place to ensure timely resolution of all inquiries. Category 1 - CriticalCategory 1 items cause a system shut down and/or prevent use of the product for its intended purpose. Reported to technical support 24 hours per day, 7 days per week with a response to the initial telephone call or e-mail shall be provided within 1 hour during normal operating hours.Following the report and initial analysis, confirming the problems are not configuration issues, the problem shall be immediately escalated to tier 3 technical support with notification to technical support and engineering management. The appropriate technical resources shall be assigned to generate a correction or acceptable work around to the problem until completed with the goal of resolution within 24 hours of initial report.The Technical Services department shall provide regular progress reports to the DoS Virus Incident Response Team (VIRT) until resolved. Category 2 - SeriousCategory 2 items impact the normal use of the product or are intermittent problems.Reported to technical support 24 hours per day, 7 days per week with a response to the initial telephone call shall be provided within 4 hours. Following the report and initial analysis confirming the problems are not configuration issues, the problem shall be escalated to tier 3 technical support.The appropriate technical resources shall be assigned to generate a correction or acceptable work around to the problem until completed with the goal of resolution within 72 hours of initial report.The Technical Services department shall give daily progress reports to the DoS VIRT. Category 3 MinorCategory 3 issues generally relate to features that the product may not have or are clumsy to use but do not generally impact the regular use of the product.Reported to technical support 24 hours per day, 7 days per week with a response to the initial telephone call shall be provided within the next business day. The issues of this type will be added to a list for consideration. The list shall be regularly reviewed by marketing. Following the review of a particular issue with marketing and the DoS, a plan relating to the issue shall be generated and a schedule for completion of the plan shall be conveyed to the DoS no more than 1-week later. The plan may include:*Implement in next release*Hold for further consideration The vendor shall provide Systems Integrity Division (SI) with continued support and maintenance for the anti-virus software used for the AntiVirus program as stipulated in the Requirements section. There is no pre-determined frequency for reporting. The vendor shall provide SI with appropriate reports if needed. All written documents shall be delivered in one (1) hard copies and one (1) electronic copy. The DoS COR will dictate how digital copies shall be compressed and zipped and will identify an approved compression software program acceptable by both the Government and the Contractor. All deliverables shall be delivered to the DoS AntiVirus Program in electronic format email, or if otherwise stated in a hardcopy sent via an approved delivery service.****Acceptance of all deliverables will be based upon DoS COR review and approval. Secret clearances will be needed for the Vendor Program Manager and Primary Vendor Point-of-Contact (POC) as well as all technical support staff that will be providing any technical, management or general support with this contract. As prescribed in 17.208(f), insert a clause substantially the same as the following:Option to Extend Services (Nov 1999)The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.(End of Clause) As prescribed in 17.208(g), insert a clause substantially the same as the following:Option to Extend the Term of the Contract (Mar 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months or five (5)years.(End of Clause) The noted line item description may not reflect the actual line items proposed. The vendor may propose a package that includes all of the line items, etc.; however, the proposed package must meet all of the DOS requirements for the AntiVirus Software. The specified brand name indicated in the solicitation CLINS is based on the current software that is used through the DOS department. Vendors are encouraged to provide an antivirus software solution for DOS; however, it must be 'brand name or equal' and it will be evaluated based on the technical requirements noted in this solution.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA10Q0171/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20547
Zip Code: 20547
 
Record
SN02186068-W 20100625/100623235141-fa4e4005c43e7658ba931ef4d6a0c29b (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.