SOLICITATION NOTICE
70 -- OPTION - McAfee
- Notice Date
- 2/19/2014
- Notice Type
- Presolicitation
- Contracting Office
- DIRECTORATE OF CONTRACTING, DUGWAY, UT 84022
- ZIP Code
- 84022
- Solicitation Number
- 0010446233
- Response Due
- 2/27/2014
- Archive Date
- 8/26/2014
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- Bids are being solicited under solicitation number 0010446233. 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. 588718. Army CHESS Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing Army CHESS contract. The contract 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 contract. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective Army CHESS contract AND upon approval from the soliciting contracting officer. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-02-27 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be DUGWAY, UT 84022 The MICC Dugway Proving Ground requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 03/18/2014 - 03/18/2017 LI 001: McAfee MFE Sec M-2950 Standard HW, p/n: IAP-M29K-ISAG. This requirement is for a Base and two Option years period. Item 0001 is for the base period., 1, EA; LI 002: McAfee MFE Net Sec M-2950, Standard 1yr GL+RMA, p/n: IYVM29KADMAG. Item 0002 is for the base period., 1, EA; LI 003: Mcfee MFE Net Sec M-2950, Standard 1 yr GL+RMA, p/n: IYVM29KADMAG. Item 0003 is for option year 1., 1, EA; LI 004: McAfee MFE Net Sec M-2950, Standard 1 yr GL+RMA, p/n: 1YVM29KADMAG. Item 0004 is for option year 2., 1, EA; LI 005: McAfee MM Optical Gigabit FailOpen Kit, p/n: ITV-MMF1-NA-100G. Item 0005 is for the base period., 6, EA; LI 006: McAfee Ext HW Spt ITV-MMF1-N-100G, p/n: REMMF13PTAAG. Item 0006 is for the base year., 6, EA; LI 007: McAfee Ext HW Spt ITV-MMF1-NA-100G, p/n: REMMF13PTAAG. Item 0007 is for option year 1., 6, EA; LI 008: McAfee Ext HW Spt ITV-MMF1-MMF1-NA-100G, p/n: REMMF13PTAAG. Item 0008 is for option year 2., 6, EA; LI 009: McAfee 1000BSX miniG Intrfc Conv (SFP) FBR, P/N: ITV-2KSG-NA-100G. Item 0009 is for the base year., 12, EA; LI 010: McAfee MFE FPS Kit M-1250 / 1450 / 2750 / 3050 / &N-450, p/n: IAC-FIPS-KT2G. Item 0010 is for the base year., 1, EA; LI 011: McAfee Services and training for the implementation of the McAfee M-2950, p/n: PROF-SVCS. Item 0011 is for the base year., 1, 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, MICC Dugway Proving Ground 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. MICC Dugway Proving Ground 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.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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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 Offeror shall comply with the following FAR/DFARS clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-7, Central Contractor Registration; 52.204-13, Central Contractor Registration Maintenance; 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 252.232-7010 Levies on Contract Payments; **OTHER CLAUSES AS DETERMINED APPLICABLE BY THE CONTRACTING OFFICER FOR THE SPECIFIC REQUIREMENT** U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: Access to U.S. Army Dugway Proving Ground (DPG) requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drivers license and criminal history / background checks. Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to U.S. Army Dugway Proving Ground. Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractor'?s responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. The prime contractor is responsible for security badges and/or protective masks issued to their employees and/or employees of their subcontractor(s). A designated representative (being an officer or supervisor of the prime contractor) shall co-sign for each individual when obtaining the required item(s). Additionally, the contractor shall provide to the Contracting Officer or the appointed Contracting Officer?'s Representative (COR) a list of employees requiring masks/badges under the awarded contract prior to initiation of work. The Contractor shall be required to submit a ?certificate of return? for all masks/badges from the cognizant office(s), to the Contracting Officer or the COR. For item(s) not returned, the replacement cost of the items will be deducted from the invoice or the Contractor will be invoiced if the replacement cost exceeds the amount due the Contractor. (a)In accordance with Section 326 of P.L. 102-484, the Government is prohibited from awarding any contract which includes a specification or standard that requires the use of a Class I ozone-depleting substance (ODS) identified in Section 602(a) of the Clean Air Act (42 U.S.C. 767a(a)), or that can be met only through the use of such a substance unless such use has been approved, on an individual basis, by a senior acquisition official who determines that there is no suitable substitute available. (b)To comply with this statute, the Government has conducted a best efforts screening of the specifications and standards associated with this acquisition to determine whether they contain any ODS requirements. To the extent that ODS requirements were revealed by this review, they are identified in Section C or the statement of work of this document. (c)If offerors possess any special knowledge about any other ODS required directly or indirectly at any level of contract performance, the U.S. Army would appreciated if such information was surfaced to the Contracting Officer for appropriate action. To preclude delay to the procurement, offerors should provide any information as soon as possible after release of the solicitation and prior to the submission of offers to the extent practicable. It should be understood that there is no obligation on offerors to comply with this request and that no compensation can be provided for doing so. Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolutions forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile Number (703) 806-8866 or 8875 Packages sent by FEDEX or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest procedures. (a)All Contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor'?s company name and employee'?s name. The badges shall be colored white with black lettering and a minimum badge size of 1.5 inches wide by 3 inches long. A company logo may be placed on the badge, at the company'?s discretion. No other items may be placed on the badge. b)Contractor workspace (office, laboratory, desk) shall contain a sign signifying the space is occupied by "?contractor employee(s)"? to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officer?'s Representative. (c)Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars. (d)All Contractor correspondence (written, facsimile, and email display) shall include their company name. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractor'?s shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officer'?s Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/979e959a1518c65118606904fa3125ed)
- Place of Performance
- Address: DUGWAY, UT 84022
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN03291436-W 20140221/140219234826-979e959a1518c65118606904fa3125ed (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 |