Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2015 FBO #5053
MODIFICATION

70 -- RSA Security Analytics Licenses and Maintenance

Notice Date
9/22/2015
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Education, Federal Student Aid, FSA Acquisitions, Union Center Plaza, RM 91F1, 830 First Street, NE, Washington, District of Columbia, 20202-5405
 
ZIP Code
20202-5405
 
Solicitation Number
ED-FSA-15-Q-0029
 
Archive Date
10/9/2015
 
Point of Contact
Alan Cornwall, , Elijah N. Gross,
 
E-Mail Address
alan.cornwall@ed.gov, elijah.gross@ed.gov
(alan.cornwall@ed.gov, elijah.gross@ed.gov)
 
Small Business Set-Aside
N/A
 
Description
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; quotes are being requested and a written solicitation will not be issued. The Department of Education, Federal Student Aid intends to procure RSA Security Analytics licenses, training, and maintenance. The period of performance is for 1 base year, plus 2 option years. This action will result in a Firm Fixed Price purchase order. Solicitation number ED-FSA-15-Q-0029 is applicable and is issued as a request for quote (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The NAICS code for this contract action is 511210 and the small business size standard is $38.5. The anticipated award date is September 23, 2015. All responsible sources may submit a quote, which will be considered. Award of this contract will be made on a competitive Lowest Price Technically Acceptable basis. The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ offers the Lowest Price Technically Acceptable to the Government. Questions regarding this RFQ must be submitted in writing to the POC not later than 3:00PM EST on Monday, September 21, 2015. Your offer must cite your Cage Code and Dun & Bradstreet Number (DUNS). Please ensure that your firm's Reps & Certs are completed in SAM (https://www.sam.gov/portal/public/SAM/). All quotes must be submitted to the Point of Contact (POC) via email no later than 3:00PM EST on Tuesday, September 24, 2015. Failure to submit timely will exclude the quote from consideration. The CLIN structure is as follows: CLIN 0001 to include all of the following: Period of Performance: 9/25/2015 to 9/24/2016 a. Series 4S HeadUnit - Analytics Server Part #: SA-S4H-AS Qty: 1 ea b. Series 4 Modular Concentrator Part #: SA-S4H-P-CON Qty: 1 ea c. High Performance Direct Attached Appliance Capacity Part #: SA-HPD12H1 Qty: 1 ea d. Series 4 Modular Decoder Part #: SA-S4H-P-DEC Qty: 1 ea e. High Density Direct Attached Appliance Capacity Part #: SA-HDD32-LP Qty: 1 ea f. Series 4S Head Unit-Analytics Server Enhanced Maintenance Part #: SA-S4H-ASE1 Qty: 12 ea g. Series 4S Head Unit PK Concentrator Enhanced Maintenance Part #: SA-S4H-P-CONE1 Qty: 12 ea h. High Performance Direct Attached Capacity Enhanced Maintenance Part #: SA-HPD12H1E1 Qty: 12 ea i. Series 4S Head Unit Decoder Enhanced Maintenance Part #: SA-S4H-P-DECE1 Qty: 12 ea j. High Density Direct Attached Capacity Decoder Enhanced Maintenance Part #: SA-HDD32-LPE1 Qty: 12 ea k. Netwitness Live Basic- Decoder Access for Automated Threat Intelligence Part #: NW Live-B-1MO Qty: 12 ea l. Small Implementation Services for Security Analytics Part #: PS-BAS-SA-IMPLS Qty: 1 ea m. ACD Training Units Part #: ED ACD TRAIN UNIT Qty: 36 ea n. Security Analytics Training Units Part #: ED SA TRAIN UNIT Qty: 72 ea TOTAL PRICE: _________________ CLIN 1001 to include all of the following: Option Period 1 Period of Performance: 9/25/2016 to 9/24/2017 a. Series 4S Head Unit-Analytics Server Enhanced Maintenance Part #: SA-S4H-ASE1 Qty: 12 ea b. Series 4S Head Unit PK Concentrator Enhanced Maintenance Part #: SA-S4H-P-CONE1 Qty: 12 ea c. High Performance Direct Attached Capacity Enhanced Maintenance Part #: SA-HPD12H1E1 Qty: 12 ea d. Series 4S Head Unit Decoder Enhanced Maintenance Part #: SA-S4H-P-DECE1 Qty: 12 ea e. Density Direct Attached Capacity Decoder Enhanced Maintenance Part #: SA-HDD32-LPE1 Qty: 12 ea f. Live Basic- Decoder Access for Automated Threat Intelligence Part #: NW Live-B-1MO Qty: 12 ea TOTAL PRICE: _________________ CLIN 2001 to include all of the following: Option Period 2 Period of Performance: 9/25/2017 to 9/24/2018 a. Series 4S Head Unit-Analytics Server Enhanced Maintenance Part #: SA-S4H-ASE1 Qty: 12 ea b. Series 4S Head Unit PK Concentrator Enhanced Maintenance Part #: SA-S4H-P-CONE1 Qty: 12 ea c. High Performance Direct Attached Capacity Enhanced Maintenance Part #: SA-HPD12H1E1 Qty: 12 ea d. Series 4S Head Unit Decoder Enhanced Maintenance Part #: SA-S4H-P-DECE1 Qty: 12 ea e. High Density Direct Attached Capacity Decoder Enhanced Maintenance Part #: SA-HDD32-LPE1 Qty: 12 ea f..Netwitness Live Basic- Decoder Access for Automated Threat Intelligence Part #: NW Live-B-1MO Qty: 12 ea TOTAL PRICE: _________________ The following FAR and EDAR clauses/provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items The following checked clauses within FAR 52.212-5 are also applicable to this acquisition: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.223-18, 52.232-33. FAR 52.211-6, Brand Name or Equal EDAR 3452.201-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) EDAR 3452.224-70 RELEASE OF INFORMATION UNDER THE FREEDOM OF INFORMATION ACT EDAR 3452.227-72 Use and Non-Disclosure Agreement EDAR 3452.239-70 INTERNET PROTOCOL VERSION 6 (IPv6) EDAR 3452.239-72 Department Security Requirements FAR 52.217-9 OPTIONS TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within _5_ days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. (End of clause) The complete text of the FAR clauses and provisions are available at the following internet site http://farsite.hill.af.mil. All quotes are due no later than 3:30PM EST on Tuesday, September 22, 2015. Quotes shall be submitted via email to the Point of Contacts (POC), Lawanda King at lawanda.king@ed.gov and Alan Cornwall at alan.cornwall@ed.gov. Attachments (1) Brand Name Justification
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/FSA/CA/ED-FSA-15-Q-0029 /listing.html)
 
Place of Performance
Address: 830 First Street, NE, Washington, District of Columbia, 20202, United States
Zip Code: 20202
 
Record
SN03898278-W 20150924/150922235909-f5c4bfd5f8fe900786b016f9df4a90f9 (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.