Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2013 FBO #4271
MODIFICATION

70 -- Email Gateway Infrastructure

Notice Date
8/2/2013
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-13-Q-0283
 
Archive Date
8/21/2013
 
Point of Contact
Jerry R. Kalka, Phone: 3153304055
 
E-Mail Address
jerry.kalka@us.af.mil
(jerry.kalka@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
*** AMENDMENT 01 DATED 02 AUG 2013. The response date on the FBO notice for this requirement is corrected to read 3 PM (ET) TUE 06 AUG 2013. *** This is a solicitation for commercial items prepared in accordance with the format in 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 (paper copy) will not be issued. Solicitation FA8751-13-Q-0283 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-67 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130710. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS code 511210 and small business size standard of $35,500,000 average annual receipts. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis, including the cost of shipping to FOB Destination. Item 1: Email Gateway Infrastructure Description: 12 appliances each with 1 year gold level / next business day support and 15,000 instances of email protection suite 1:1 gold level. (McAfee part numbers EMG-5000-CG, EMG-5000-CNBDG, and ELPECE-AA-JG or equal) Appliance specifications are: 1U form factor, Intel Xeon E5640 2.67 GHz 12 MB cache 4 core processor, 6 GB 1333 MHz ECC memory, 2 copper 10/100/1000 / 2 fiber network interfaces, RAID-1, 2x300 GB SAS 3.5 inch 10K RPM hot swap hard disk drives, 8x DVD ROM CD drive, auto switch 110/220v, 8.5A at 90VAC and 4.2A at 180VAC maximum amperage, 2 x 650W power consumption, approximately 1.7 x 16.9 x 26.2 inches in dimension (HxWxD), and approximately 52 pounds weight. Support minimum specifications are: daily product updates (.DATs, engine, and others); product upgrades; malware alerts with remediation analysis; malware analysis service; malware trend podcasts and blogs; chat, web, and phone support with remote desktop control; 24/7 phone support with typical time to expert technician of less than 5 minutes; automatic diagnostic remediation tools; best practice videos and guides; online product test environments; on-site replacement or repair next business day by manufacturer authorized service technician (subject to confirmation time of need for replacement or repair) for non-customer replaceable items; and shipment to arrive by next business day for customer replaceable items. Email protection suite minimum specifications are: inbound and outbound compliance and data loss scanning, to include comprehensive inbound security against email-borne threats, outbound inspection against loss of sensitive data, and integrated encryption and data loss prevention for compliance and policy enforcement; security as a service on-site or hybrid; scalability based on cloud computing, clustering, and integrated load balancing; access to product support technicians, knowledge bases, best practices guides, and support tools; and manufacturer provided email continuity for access to email during email server outage. The offeror shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated delivery date is within 45 days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance, and FOB Destination point is Tampa FL 33621. The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) TUE 06 AUG 2013. Submit by email to Jerry.Kalka@us.af.mil or by mail to AFRL/RIKO, Attn: Jerry Kalka, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555. The offeror is encouraged to submit the quote using the SF1449, Solicitation/Contract/Order for Commercial Items. Please be advised that the domain address "@rl.af.mil" is no longer recognized by Air Force servers. Emails with this domain will not be forwarded to the intended recipients. The new Air Force domain ends with "@us.af.mil". (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered. Include product literature and other documentation necessary to demonstrate compliance with the specifications. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (b)(12) If the offer is not submitted on the SF1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate the offer and award a contract without discussions with the offeror. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) System for Award Management (SAM). The offeror must be registered in the SAM database prior to contract award. Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. The provision at 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate the offer: (i) Price and (ii) Technical Acceptability. The Government intends to award a contract to the lowest priced, technically acceptable offeror. The offeror is required to complete representations and certifications found in the provision at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items and Alternate I, as well as DFARS 252.209-7995 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law - Fiscal Year 2013 Appropriations (Deviation 2013-O0010) (APR 2013). For your convenience all referenced certifications are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The following FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.211-7003, Item Identification and Valuation 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman (Nov 2012) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-13-Q-0283/listing.html)
 
Record
SN03136602-W 20130804/130802234956-d96db02eca57851dd661d86211fea693 (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.