Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2011 FBO #3593
SOLICITATION NOTICE

70 -- Computer Hardware in Support of Federal Information Security Management Act (FISMA) Mitigation - Attachment A

Notice Date
9/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-11-Q-00463
 
Archive Date
10/12/2011
 
Point of Contact
Karen A. Green, Phone: 202-447-5634, Berneta Ellis, Phone: 202 447-5872
 
E-Mail Address
karen.a.green@hq.dhs.gov, berneta.ellis@dhs.gov
(karen.a.green@hq.dhs.gov, berneta.ellis@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification Attachment A - Salient Characteristics The Office of Chief Information Officer (OCIO) has a need for computer hardware for the SMARTNET, VPN and Email Malware Protection Systems in support of the Federal Information Security Management Act (FISMA) Mitigation. (i) This is a combined synopsis/solicitation prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a fixed price contract. (ii) The solicitation number for this effort is HSHQDC-11-Q-00463 and this combined synopsis/solicitation is issued as a Request for Quotation (RFQ). (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The requirement has a North American Industrial Classification System (NAICS) code of 541519, size standard in number of employees: 150. The period of performance is effective from date of award through 12 months. (iv) The Contract Line Items, Items, Quantities and Units of Measurement are: See Attachment A. No alternate quotes will be considered. (v) Date and Place of Delivery and Acceptance. Delivery is 15 days after contract award. Place of Delivery and Acceptance is Washington, DC. Delivery instructions will be provided at time of award. (vi) The provisions at 52.212-1 Instructions to Offerors - Commercial applies to this acquisition. Contractors must address each of the technical requirements outlined in "Attachment A". Contractors' submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Contractors must submit the name and contact information of at least two recent and relevant past performance references. Recent is identified as within the last three (3) years. Each Contractor shall submit pricing in accordance with specifications set forth on "Attachment A". (vii) The provisions at 52.212-2 Evaluation - Commercial Items applies to this solicitation. The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis. Vendors will be evaluated on their adherence to the requirements set forth in Attachment A. (viii) The provisions at 52.212-3 Offeror Representations and Certifications - Commercial Items. The Federal Acquisition requires offerors to complete Representations and Certifications through online Representation and Certifications Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date. (ix) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (x) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government - Alt. I (OCT 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (DEC 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item (AUG 2011); 52.217-8 Option to Extend Services (NOV 1999), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JUL 2010), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Veterans (SEP 2010), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37 Employment Reports Veterans (SEPT 2010); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003). (xi) The following additional clauses are cited: 52.204-7 Central Contractor Registration (APR 2008); 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (May 2011); Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM Offers are due no later than Tuesday, September 27, 2011 at 10:00pm (ET) and must be submitted electronically (via email). For more information regarding this solicitation, please Karen A. Green, Contracting Officer, (202) 447-5634 or Berneta Ellis, Contract Specialist, (202) 447-5872.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-11-Q-00463/listing.html)
 
Place of Performance
Address: DHS Facility, Washington, District of Columbia, 20528, United States
Zip Code: 20528
 
Record
SN02591471-W 20110926/110924233509-6cead6269283ef44ecfc40e8382fbba5 (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.