SOLICITATION NOTICE
J -- Maintenance Agreement for McAfee Intrusion Prevention Systems (IPS)
- Notice Date
- 6/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- 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-CSS-15-313
- Archive Date
- 7/22/2015
- Point of Contact
- Farrin Stanton, , ,
- E-Mail Address
-
farrin.stanton@nih.gov, farrin.stanton@nih.gov
(farrin.stanton@nih.gov, farrin.stanton@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. The Solicitation Number for this acquisition is HHS-NIH-NIDA-CSS 15-55 and is being issued as a Request for Proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78 effective December 26, 2014. This acquisition is unrestricted. The North American Industry Classification System (NAICS) Code for this procurement is 423430 and the Small Business Size Standard is 100 employees; Other electronic and precision equipment repair and maintenance. STATEMENT OF OBJECTIVES The contractor shall provide a Maintenance Agreement for McAfee Intrusion Prevention Systems (IPS). STATEMENT OF WORK The McAfee brand Intrusion Prevention Systems located in the Atrium Building, the Neuroscience Center, and Bldg. 31 for the Information Resources Management Bralonch are critical components in carrying out the Core's mission. To satisfy NIST 800-94 Intrusion Detection and Prevention Systems (IDPS) policy, NINDS has a requirement to implement an enterprise Intrusion Prevention Solution which would by design and configuration monitor the NINDS networks for events occurring and analyzing them for signs of possible incidents, which are violations or imminent threats of violation of computer security policies, acceptable use policies, or standard security practices. For the Intrusion Prevention Systems model Network Security M-2950 below (including redundant power supplies for each unit) plus accompanying management console and fail-open bypass unit upgrade kits: SN: S059137192 SN: S059131110 SN: S059138040 SN: S059137143 SN: S059132058 SN: S059132056 NINDS requires McAfee Network Security M-2950 Standard Business Gold Level+RMA Coverage providing: •Daily updates and product upgrades •Unlimited access 24/7 (target of less than five minutes to reach a technician regardless of problem severity) •Alerts with remediation actions on the latest threats •Online product evaluation environments and video best practice guides •Automated issue analysis and remediation tools •Advanced Hardware Replacement delivered the Next Business Day from 9am-5pm (8 hours a day, 5 days a week) The period of performance shall be one base year with two subsequent option year periods. The following Provisions and Clauses apply to this RFP: FAR 52.212-1 Instruction to Offerors-/Commercial Items (FEB 2012 FAR 52.212-2 Evaluation - Commercial Items (Jan 1999), (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •Daily updates and product upgrades (20 points) •Unlimited access 24/7 (target of less than five minutes to reach a technician regardless of problem severity) ( 20 points) •Alerts with remediation actions on the latest threats (20 points) •Online product evaluation environments and video best practice guides (20 points) •Automated issue analysis and remediation tools (10 points) •Advanced Hardware Replacement delivered the Next Business Day from 9am-5pm (8 hours a day, 5 days a week) (10 points) •Past Performance (not weighted) Total Points100 points Award Criteria a.The acceptability of the technical portion of each contract offer will be evaluated by a technical review committee. The committee will evaluate each offer in strict conformity with the evaluation criteria of the solicitation. The committee may suggest that the Contracting Officer request clarifying information from an offeror. b.The business portion of each contract offer will be evaluated for reasonableness of the Offerors firm to supply the services required. c.The selection for award will be based on the offer that proposes the best value to the Government. Potential Award Without Discussions The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial prices are fair and reasonable and that discussions are not necessary. FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012), FAR 52.222.17, Non-displacement of Qualified Workers (May 2014). The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract in full text, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _1 day_. (End of clause) 52.217-9 Option to Extend the Term of the Contract, (MAR 2000) (a)The Government may extend the term of this contract by written notice to the Contractor within 1 day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b)If the Government exercises this option, the extended contract shall be considered to include this option clause. (c)The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. (End of clause) Contracting Officer's Representative The following Contracting Officer Technical Representative (COR) will represent the Government for the purpose of this contract: To be determined at the time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change its COTR designation. Post Award evaluation of Contractor Performance a)Contractor Performance Evaluations Interim and final evaluations of Contractor performance will be prepared on this contract in accordance with FAR 42.15. The final performance evaluation will be prepared at the time of completion of work. In addition to the final evaluation, interim evaluation(s) shall be submitted at the time of the annual evaluation. Interim and final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations Contractor responses and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. b)Electronic Access to Contractor Performance evaluations Contractors that have internet capability may access evaluations through a secure Web site for review and comment by completing the registration form that can be obtained at the following address: hhtp://oamp.od.nih./OD/CPS/cps.asp. The registration process requires the Contractor to identify an individual that will serve as a primary point of contact and who will be authorized access to the evaluations for review and comment. In addition, the Contractor will be required to identify an alternate contact that will be responsible for notifying the cognizant contracting official in the event the primary contact is unavailable to process the evaluation within the required 30-day time frame. Reporting Matters Involving Fraud, Waste and Abuse Anyone who becomes aware of the existence or apparent fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector general's Office in writing or the Inspector general's hotline. The toll free number is 1-800-HHS- TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The email address is Htips@os.dhhs.gov and the mailing address is: Office of the Inspector general Department of Health and Human Services TIPS HOTLINE PO Box 23489 Washington, DC 20026 ADDITIONAL PROPOSAL INSTRUCTIONS: Full text copies of the representations and certifications for the other cited provisions and clauses may be obtained online at the NCI website at http://amb.nci.nih.gov. The following instructions will establish the format and contents of Offers. Special attention is directed to the Fixed Price for technical and business offers to be submitted in accordance with these instructions. 1Contract Type and General Clauses It is contemplated that a Firm Fixed Price Contract will be awarded. Any resultant contract shall include the clauses applicable to the selected offerors organization and type of contract awarded as required by Public Law, Executive Order, or acquisition regulations in effect at the time of execution of the proposed contract. 2Authorized Official and Submission of Offers The offer must be signed by an official authorized to bind your organization and must stipulate that it is predicated upon all the terms and conditions of this COMBINED SOLICITATION\SYNOPSIS. Your offer shall be submitted as follows: Electronic - emailed to farrin.stanton@nih.gov. Offers will be typewritten, paginated, reproduced on letter size paper and will be legible in all required copies. To expedite the offer evaluation, all documents required for responding to the Solicitation should be placed in the following order: I.COVER PAGE Include Solicitation title, number, name of organization, identification of the offer part, and indicate whether the offer is an original or a copy. II.TECHNICAL OFFER It is recommended that the technical offer consist of a cover page, a table of contents, and the information requested in the Technical Offer Instructions. III.BUSINESS OFFER It is recommended that the business offer consist of a cover page, a table of contents, and the information requested in the Business Offer Instructions. 3Separation of Technical and Business Offers The offer must be prepared in two parts: a "Technical Offer", and a "Business Offer". Each of the parts shall be separate and complete in itself so that evaluation of one may be accomplished independently of, and concurrently with, evaluation of the other. The technical offer may include direct cost and resources information, such as labor-hours and categories and applicable rates, materials, subcontracts, travel, etc., and associated costs so that the offerors understanding of the project may be evaluated, but should not include pricing data relating to individual salary information, indirect cost rates or amounts, fee amounts (if any)., and total costs. The technical offer should disclose your technical approach\expertise in as much detail as possible, including, but not limited to, the specific discipline(s) you are submitting for, should clearly demonstrate the offerors capabilities, knowledge, and corporate capability and experience related to supply the services as described in the Statement of Work. The technical offer should be in as much detail as is considered necessary to provide straightforward, concise delineation of the approach the offeror will use for accomplishing the work and how the project is to be managed and staffed. Stating that the offeror understands and will comply with the NOTE: THE TECHNICAL OFFER AND OTHER INFORMATION RELATED TO HOW THE OFFEROR(S) DIRECTLY RELATES TO THE SCOPE OF WORK IN THIS SOLICITATION AND SHALL NOT EXCEED 10 SINGLE-SIDED PAGES. Pages in excess of the limitation may neither be read or evaluated. Each page of the technical offer must be numbered sequentially. Offerors are encouraged to limit the overall size of the technical offer, inclusive of appendices Past Performance Information a)Offerors shall submit the following information as part of their BUSINESS offer. A list of the last three (3) contracts completed during the past three (3) years and ALL CONTRACTS currently being performed that are similar in nature to the solicitation work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Offerors may also submit past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Include the following information for each contract or subcontract: 1.Name of Contracting Organization 2.Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3.Contract Type 4.Total Contract Value 5.Description of Requirement 6.Contracting Officer's Name and Telephone Number 7.Program Manager's Name and Telephone Number 8.North American Industry Classification System (NAICS) Code The Offeror may provide information on problems encountered on the identified contracts and the offerors corrective actions. b)The Government is not required to contact all references provided by the offeror. Basic Cost/Price Information The business offer must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required services. This information shall include a current financial statement of the firm responding. The Offeror must submit with its proposal; either complete FAR 52.212-3, Offerors Representation and Certifications - Commercial Items (Aug 2009) or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management Applications (SAM) with their technical/business proposal submission. Questions regarding this combined synopsis/solicitation must be received in this office by July 1, 2015. Offers must be received by 11:00 AM. (EST) July 7, 2015. Submit offers to: Ms. Farrin Stanton Contract Specialist Farrin.stanton@nih.gov Please reference the solicitation number HHS-NIH-NIDA-CSS-15-313 on your offer. Facsimile submissions are not authorized and collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-CSS-15-313/listing.html)
- Place of Performance
- Address: 31 Center Drive, Bethesda, Maryland, 20879, United States
- Zip Code: 20879
- Zip Code: 20879
- Record
- SN03776420-W 20150627/150625235602-ec60830e471dfddd706dae32e44a590b (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 |