SOLICITATION NOTICE
70 -- Cisco FirePOWER 8250 Chassis and Subscription Bundle - Statement of Need
- Notice Date
- 2/13/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-15-133
- Archive Date
- 3/5/2015
- Point of Contact
- Shaun C. Miles, Phone: 3014515042
- E-Mail Address
-
shaun.miles@nih.gov
(shaun.miles@nih.gov)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Statement of Need INTRODUCTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-133 and the solicitation is issued as a request for quotation (RFQ). CONTRACTING OFFICE: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892. Point of Contact: Shaun Miles, Contract Specialist, Telephone: 301-451-5042, Email: Shaun.Miles@nih.gov ACQUISITION AUTHORITY: This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective 26 Dec 2014. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE AND FULL TEXT: The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Contract Terms and Conditions - Commercial Items per FAR clause at 52.212-4 apply to this acquisition. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, found at FAR clause at 52.212-5, also apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Other Provisions and Clauses: 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.204-16 -- Commercial and Government Entity Code Reporting (Nov 2014) 52.204-18 -- Commercial and Government Entity Code Maintenance (Nov 2014) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. (DEC 2012) 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ (End of clause) SMALL BUSINESS SET ASIDE STATUS: This combined synopsis/solicitation IS SET ASIDE FOR WOMEN OWNED SMALL BUSINESSES. The associated NAICS code is 334118 - Computer Terminal and Other Computer Peripheral AEquipment Manufacturing and the associated size standard is 1000 employees. BACKGROUND INFORMATION: The Intrusion Detection System / Intrusion Prevention System (IDS/IPS) helps the National Institutes of Mental Health (NIMH) security group organize, distribute, manage, and report network security information to multiple users, NIH security organizations, and to articulate the detected and directed activity to executive NIMH management. This system has many powerful features that include: compliance reporting, asset management, real time aggregation of IDS/IPS events tracking the network security remediation process and organizational view of network security. The IDS/IPS is necessary to complement the NIMH Security Center software to augment the NIMH vulnerability remediation, audit, incident response, forensic analysis, and certification and accreditation functions. The NIMH Information Resource Technology and Management Branch (IRTMB) HQ security staff has determined that the current IDS/IPS needs to be upgraded. PROJECT REQUIREMENTS: Please see attached statement of need. DELIVERY: Delivery shall occur on or before February 23, 2015. EVALUATION CRITERIA: The Government intends to award a contract resulting from this solicitation to the responsible vendor whose offer is lowest price and technically acceptable. A firm fixed contract order is anticipated. Price will be evaluated in accordance with FAR 13.106-2 -- Evaluation of Quotations or Offers. RESPONSE REQUIREMENTS: Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. All quotes must be received by February 16, 2015 at 11:00 AM EST and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-133. Responses must be submitted electronically to Shaun Miles at Shaun.Miles@nih.gov. Only electronic email submissions shall be accepted. Fax responses will not be accepted. For information regarding this solicitation, please contact Shaun Miles via telephone at 301-451-5042 or via email at Shaun.Miles@nih.gov. Price quotes will be due on the solicitation closing date and must be held for 90 days. Contractors responding to this solicitation are advised that, prior to award, the Government may request Contractors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. Small business certification must be included in the contractor's SAM profile if the contractor is quoting as a small business.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-133/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03642532-W 20150215/150213234844-554192d704f095d778342c51b66a3bf2 (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 |