Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
MODIFICATION

70 -- FIREWALL

Notice Date
7/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-14-T-7126
 
Response Due
7/24/2014
 
Archive Date
8/23/2014
 
Point of Contact
Point of Contact - NIDA B RAMOS, Contract Specialist, 619-553-4380; BELINDA SANTOS, Contracting Officer, 619-553-4502
 
E-Mail Address
Contract Specialist
(nida.ramos@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 effective date 7/17/14. The purpose of this amendment is to add the specifications to this Solicitation N66001-14-T-7126 the closing date should be remain. ______________________________________________________________________________ This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. Competitive quotes are being requested under N66001-14-T-7126 (Brand Name or Equal). This requirement is set-aside for small businesses, NAICS code is 334111 and the size standard is 1000 The minimum required Firewall specifications is applies to CINS 0001 through CLINS 0003: General: Must have a rack-mount, 1 rack-unit (RU) form factor Must have at least eight (8) copper network ports Must have at least four (4) small form-factor pluggable (SFP) network sockets Must provide three (3) compatible 1000Base-SX SFP transceivers Must provide configuration of sub-interfaces to support IEEE 802.1Q Must support high-availability operation (i.e. redundant units) in layer 3 active/active and layer 3 active/passive modes Must support standard interior and exterior gateway routing protocols, including Open Shortest Path First (OSPF) and Border Gateway Protocol (BGP) Security: Must support creation and application of firewall rules based on address, port, protocol, application type, label, user ID, and group membership Must support multiple virtual firewall instances within a single firewall appliance Must provide security zones for all layer 2 and layer 3 network interfaces Must support deployment in any of the following three modes simultaneously: tap mode, inline transparent mode, and layer 2 / layer 3 mode Must be Common Criteria certified Virtual Private Networks (VPN): Must support Internet Protocol Security (IPSec) VPNs Must support remote user access via IPSec or Secure Sockets Layer (SSL) VPN Must support Secure Lightweight Directory Access Protocol (LDAPS) for back-end authentication of remote users Management: Must ensure management access is always available irrespective of traffic load, e.g. by separating data and control planes Must provide a secure web-based interface and command line interface (CLI) for configuring the appliance Must allow exporting and importing of configuration files Must support management via Simple Network Management Protocol (SNMP) Must provide built-in monitoring and reporting capabilities (no additional third- party products or tools required) Must support packet capture for troubleshooting and analysis Support: Must be a current product, i.e. in production at the time of this solicitation Must not have a published end-of-sale (EOS) date within one year of this solicitation Must include 1-year hardware warranty Must include 1-year of product support Line item 0001: Firewall / Palo Alto Networks(Trusted Product). / (QTY - 9) = $____________ Line item 0002 : Premium Support Year 1(Trusted Product) /( 1 LOT) = $___________________ (QTY-9) This support line item is a sub-components of the firewall, and is required to be included with the quote per the minimum specifications. Line item 0003: SFP SX Transceiver (Trusted Product) / (QTY-27)=$__________________ These SFP modules (3 per firewall) are sub-components of the firewall, and are required to be included with the quote per the minimum specifications. Line item 0004: UID Label cost if any / (1-Lot)=$__________________ Line item 0005: Shipping if nay / (1-Lot) =$_______________ Delivery Address: SSC Pacific (OTC) Receiving Officer 4297 Pacific Highway, BLDG. OT7 San Diego, CA 92152-5000 _ Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-74 (07/01/2014) and Defense Federal Acquisition Regulation Supplement (DFARS),DPN 20140624 (06/24/ 2014). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications--Commercial Items applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204-99, System for Award Management Registration (Deviation), FAR 52.222-36, Affirmative Action for Workers with Disabilities, 52.204-2, Security Requirements,52.214-3 Amendments To Invitation For Bids, 52.214-4 False Statements In Bids, 52.214-5 Submission Of Bids, 52.214-6 Explanation To Prospective Bidders, 52.214-7 Late Submission, Modification, and Withrawals of Bids, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law, 252.211-7003, Item Unique Identification and Valuation applies for item over $5K This RFQ closes on July 24, 2014 at 09:00 AM, Pacific Daylight Time (PDT). Quotes uploaded on the SPAWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-14-T-7126 The point of contact for this solicitation is Nida B. Ramos at nida.ramos@navy.mil Please include RFQ N66001-14-T-7126 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f2698d65c12d3ef0390673ef789c85f7)
 
Record
SN03428981-W 20140719/140717235636-f2698d65c12d3ef0390673ef789c85f7 (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.