Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
MODIFICATION

70 -- SAFENET HIGH ASSURANCE CLIENT (SHAC) MIDDLEWARE

Notice Date
2/16/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
1735 n. lynn st, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1019720241
 
Response Due
2/17/2017
 
Archive Date
8/16/2017
 
Point of Contact
Name: Paul Virostek, Title: CS, Phone: 7035161560, Fax:
 
E-Mail Address
virostekp@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1019720241. 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. 845312_02. NASA SEWP V Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP V 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. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP V contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP V contracts is available at http://www.sewp.nasa.gov. The Seller must include the SEWP Agency Handling Fee (AHF) in their line item pricing in accordance with SEWP guidelines. The FedBid Fee will be calculated based solely on the price of the goods included in the Seller's bid. The portion of the pricing (.39%) that corresponds with the SEWP AHF will be excluded from the FedBid Fee calculations. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-02-17 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be WASHINGTON, DC 20547. The Department of State requires the following items, Brand Name or Equal, to the following: LI 001: SAFENET HIGH ASSURANCE CLIENT (SHAC) MIDDLEWARE WITH BIOMETRIC FOR WINDOWS (DOWNLOAD VERSION) P/N: 911-000081-001-PM1, 66700, EA; LI 002: SAFENET HIGH ASSURANCE CLIENT (SHAC) MIDDLEWARE WITH BIOMETRIC FOR WINDOWS Plus Maintenance 1 Year - P/N: 911-000080-001-PM1, 20000, EA; LI 003: LUNA SA ADDITIONAL LIC Extended - Maintenance 1 Year - P/N: 908-50000-910-EM1, 5, EA; LI 004: LUNA SA V4.1 BUNDLE, PED-AUTH 2HSMP FW4.6.1, 80OBJ, ROHS INCLUDES: Extended Maintenance 1 Year - P/N: 908-54010-002-EM1, 1, EA; LI 005: LUNA SA, PED-AUTH 2HSMP V4.1 FW4.6.1, 80OBJ, ROHS Extended Maintenance 1 Year - P/N: 908-54005-002-EM1; Serial#: 951261, 1, EA; LI 006: LICENSE, LUNA SA HSMP UPGRADE 2 TO 5 Extended Maintenance 1 Year - P/N:908-50006-720-EM1; Serial#: 95161, 1, EA; LI 007: LUNA IS PED, V2.0.2 Extended Maintenance 1 Year - P/N: 908-25024-001-EM1; Serial#: 205983, 1, EA; LI 008: LUNA HSM, BACKUP TOKEN FW4.5.3, ROHS Extended Maintenance 1 Year - P/N: 908-50002-005-EM1; Serial#: 302889, 1, EA; LI 009: LUNA SA, PED-AUTH 2HSMP V4.1 FW4.6.1, 80OBJ, ROHS Extended Maintenance 1 Year - P/N: 908-54005-002-EM1; Serial#: 951241, 1, EA; LI 010: LICENSE, LUNA SA HSMP UPGRADE 2 TO 5 Extended Maintenance 1 Year - P/N: 908-50006-720-EM1; Serial#: 951241, 1, EA; LI 011: LUNA SA, PED-AUTH 2HSMP V4.1 FW4.6.1, 80OBJ, ROHS Extended Maintenance 1 Year - P/N: 908-54005-002-EM1; Serial#: 951231, 951238, 951239, 951259, 4, EA; LI 012: LICENSE, LUNA SA HSMP UPGRADE 2 TO 10 Extended Maintenance 1 Year - P/N: 908-50006-720-EM1; Serial#: 951231, 951238, 951239, 951259, 4, EA; LI 013: LUNA CA4, V2.4 PED-FW4.6.1, ROHS Extended Maintenance 1 Year - P/N: 908-55004-003-EM1; Serial#: 302895, 302888, 302941, 302939, 4, EA; LI 014: LUNA DOCK2 CARD READER, ROHS Extended Maintenance 1 Year - P/N:908-55007-001-EM1; Serial#: 7000011, 7000012, 7000015, 7000032, 4, EA; LI 015: LUNA SA, PED-AUTH 2HSMP V4.1 FW4.6.1, 80OBJ, ROHS Extended Maintenance 1 Year - P/N: 908-54005-002-EM1; Serial#: 951792, 951790, 951796, 951780, 951783, 951798, 952848, 7, EA; LI 016: LUNA HSM, BACKUP TOKEN FW4.5.3, ROHS Extended Maintenance 1 Year - P/N: 908-50002-005-EM1; Serial #: 304286, 304299, 304290, 405774, 304292, 304281, 304289, 304274, 305349, 305319, 304210, 11, EA; LI 017: LUNA SA PED-AUTH 2HSMP 80OBJ CL FW4.6.8/4.8.1 SW4.4 RF ROHS Extended Maintenance 1 Year - P/N: 908-000127-004-EM1; P/N: Serial #: FB325707, FB321812, 2, EA; LI 018: BUNDLE,LUNA REMOTE PED, V1.0,FW V2.2 ROHS Extended Maintenance 1 Year - P/N: 908-81000-001-EM1; Serial #: 8001369, 8001433, 8001427, 8001514, 8006315, 8006108, 8006111, 800611, 8, EA; LI 019: LUNA SA, PED-AUTH 2HSMP V4.3.2 FW4.6.1/4.6.8, 80OBJ, ROHS Extended Maintenance 1 Year - P/N: 908-54005-004-EM1; Serial #: 952467, 952477, 952466, 952471, 4, EA; LI 020: LICENSE, LUNA SA HSMP UPGRADE 2 TO 10 Extended Maintenance 1 Year - P/N:908-50006-720-EM1; Serial #: 952467, 952477, 952466, 952471, 4, EA; LI 021: LUNA SA, PED-AUTH 2HSMP V4.3.2 FW4.6.1/4.6.8, 80OBJ, ROHS Extended - P/N: 908-54005-004-EM1; Serial #: 951630, 952546, 952545, 952570, 4, EA; LI 022: LUNA SA, PED-AUTH 2HSMP V4.4 FW4.6.8/4.8.1 80OBJ, CL, ROHS Extended Maintenance 1 Year - P/N: 908-54005-005-EM1; Serial #: 953334, 1, EA; LI 023: LUNA SA,PEDAUTH, 2HSMP,80OBJ,CL,FW4.6.8/4.8.1,SW V4.4,ROHS Extended Maintenance 1 Year - P/N: 908-54005-005-EM1; Serial #: FB319514/319514, 1, EA; LI 024: LUNA HSM, FW4.5.3, ROHS Extended Maintenance 1 Year - P/N:908-50002-005-EM1; Serial #: 407053, 407063, 407079,407080, 407085, 407086, 407087, 407089, 8, EA; LI 025: LUNA SA PED-AUTH 2HSMP 80OBJ CL FW4.8.1/4.8.7 SW4.5 RF ROHS Extended Maintenance 1 Year - P/N: 908-000127-006-EM1; Serial #: 316837, 316705, 2, EA; LI 026: LICENSE, LUNA SA HSMP UPGRADE 2 TO 5 Extended Maintenance 1 Year - P/N: 908-50006-720-EM1; Serial #: 316837, 316705, 2, EA; LI 027: BUNDLE,LUNA PED2 REMOTE,V2.4.0-3, ROHS INCLUDES: Extended Maintenance 1 Year - P/N: 908-000070-001-EM1;, 4, EA; LI 028: LUNA IS PED, V2.4.0-3, ROHS Extended Maintenance 1 Year - P/N: 908-000110-001-EM1; Serial #: 8008966, 8008944, 8008950, 8008956, 4, EA; LI 029: IKEY 1000 10-PACK,LUNA REMOTE PED KEYS,PI,USB,ROHS Extended Maintenance 1 Year - P/N: 909-10007-001-EM1;, 4, EA; LI 030: LUNA SA, PED-AUTH 2HSMP V4.1 FW4.6.1, 80OBJ, ROHS Extended Maintenance 1 Year - P/N: 908-54005-002-EM1; Serial #: 952997, 953004, 953471, 953464, 953259, 953452, 953347, 953332, 8, EA; LI 031: LUNA HSM, BACKUP TOKEN FW4.5.3, ROHS Extended Maintenance 1 Year - P/N: 908-50002-005-EM1; Serial #: 405000, 404975, 404964, 400953, 404899, 404914, 404931, 404936, 8, EA; LI 032: LUNA HSM, BACKUP TOKEN FW4.5.3, ROHS Extended Maintenance 1 Year - P/N: 908-50002-005-EM1; Serial #: 405501, 1, EA; LI 033: LUNA SA 1700,REMOTE PED BUNDLE (2HSMP,CL,SW 5.1,FW 6.2.1,REMOTE PED,20 PED KEYS,BACKUP HSM) Plus Maintenance 1 Year - P/N: 908-000163-001-PM1;, 8, EA; LI 034: LUNA REMOTE BACKUP 6.0.8 SW 1.0 ROHS Plus Maintenance 1 Year - P/N: 908-000109-001-EM1; Serial #: FB007420, FB007473, FB007476, FB007477, FB007541, FB007542, FB007568, FB007417, 8, EA; LI 035: LUNA PED2 REMOTE,V2.4.0-3,ROHS Plus Maintenance 1 Year - P/N: 908-000110-001-PM1; Serial #: FB007382, FB005942, FB007383, FB007552, FB007553, FB007554, FB007555, FB007556, 8, EA; LI 036: LUNA SA 1700,PED-AUTH,2 HSMP,CL,SW V5.1,FW6.2.1 Plus Maintenance 1 Year - P/N: 908-000157-001-PM1; Serial #: FB007562, FB007482, FB007483, FB007484, FB007485, FB007486, FB007560, FB007561, 8, EA; LI 037: LUNA SA FW V4.10 BU TOKEN SA V2.3 Plus Maintenance 1 Year - P/N: 908-50001-002-PM1; Serial #: 80088, 80158, 80159, 80122, 80124, 80156, 80149, 80126, 80157, 80125, 10, EA; LI 038: LUNA SA BACKUP TOKEN FW4.5.3 Plus Maintenance 1 Year - P/N: 908-50002-004-PM1; Serial #: 81699, 1, EA; LI 039: LUNA SA 1700,REMOTE PED BNDL (2HSMP,CL,SW 5.2.3,FW.2.1/6.10.2,REMOTE PED,20 PED KEYS YS,BACKUP HSM) Plus Maintenance 1 Year - P/N: 908-000163-003-PM1; Serial #: FB021473/500108, FB021372/500061, FB021477/500112, FB021374/500084, 4, EA; LI 040: LUNA SA 1700,REMOTE PED BNDL (2 HSMP,CL,SW 5.2.3,FW 6.2.1/6.10.2,REMOTE PED,20 PED KEYS,BACKUP HSM) Plus Maintenance 1 Year - P/N: 908-000163-003-PM1; Serial #: FB021856, FB021870, FB021872, FB021869, 4, EA; LI 041: LUNA SA 1700,REMOTE PED BNDL (2 HSMP,CL,SW 5.2.3,FW 6.2.1/6.10.2, REMOTE PED,20 PED KEYS, BACKUP HSM) Plus Maintenance 274 Days - P/N: 908-000163-003-PM1; Serial #: FB019263, FB019264, FB019265, 3, EA; LI 042: LUNA REMOTE BACKUP HSM F W 6.0.8 SW 1.0 ROHS Plus Maintenance 516 Days - P/N: 908-000109-001- PM1; Serial #: FB021930/503080, FB021925/503073, 2, EA; LI 043: LUNA SA 1700,REMOTE PED BUNDLE Plus Maintenance 184 Days - P/N: 908-000163-003-PM1;, 4, EA; LI 044: LUNA SA 1700,PED-AUTH,2 HSMP,CL,SW V5.2.3,FW6.2.1/6.10.2 Plus Maintenance 184 Days - P/N: 908-000157-003-PM1; Serial#: FB028035/528835, FB028036/528836, FB028037/528823, 4, EA; LI 045: 10 PARTITIONS CFG UPGD,FACTORY INSTALL,LUNA SA Plus Maintenance 184 Days -P/N: 908-000198-001-PM1; Serial #: FB028034/528839, FB028035/528835, FB028036/528836, FB028037/528823, 4, EA; LI 046: LUNA REMOTE BACKUP HSM F W 6.0.8 SW 1.0 Plus Maintenance 184 Days - P/N: 908-000109-001-PM1, 4, EA; LI 047: LUNA PED2 REMOTE,V2.5.0-3 Plus Maintenance 184 Days - P/N: 908-000110-002-PM1; Serial #: FB027753, FB027948, FB027949, FB027951, 4, EA; LI 048: IKEY 1000 10-PACK,LUNA REMOTE PED;STM & AUDIT KEYS,PI,USB,ROHS PLus Maintenance 184 Days - P/N: 909-000004-002-PM1;, 8, EA; LI 049: POWER SUPPLY MODULE,450W,HOT SWAP,1U PLus Maintenance 184 Days - P/N: 908-000108-001-PM1;, 4, EA; LI 050: LUNA SA 7000 REMOTE PED BNDL Plus Maintenance 184 Days - P/N: 908-000095-004-PM1;, 4, EA; LI 051: LUNA SA 7000 PED-AUTH,2 HSMP,CL,SW V5.2.3,FW6.2.1/6.10.2 Plus Maintenance 184 Days - P/N: 908-000071-004-PM1; Serial #: FB028030/488721, FB028031/528834, FB028032/528832, FB028033/528826, 4, EA; LI 052: 10 PARTITIONS CFG UPGD,FACTORY INSTALL,LUNA SA Plus Maintenance 184 Days - P/N: 908-000198-001-PM1; Serial #: FB028030/488721, FB028031/528834, FB028032/528832, FB028033/528826, 4, EA; LI 053: LUNA REMOTE BACKUP HSM F W 6.0.8 SW 1.0 Plus Maintenance 184 Days - P/N: 908-000109-001-PM1; Serial #: FB008908, FB008910, FB009770, FB027985, 4, EA; LI 054: LUNA PED2 REMOTE,V2.5.0-3 Plus Maintenance 184 Days - P/N: 908-000110-002-PM1; Serial #:FB027945, FB027946, FB027947, FB027952, 4, EA; LI 055: IKEY 1000 10-PACK,LUNA REMOTE PED;STM & AUDIT KEYS,PI,USB,ROHS Plus Maintenance 184 Days - P/N: 909-000004-002-PM1;, 4, 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, Department of State 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. Department of State 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer ™s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer ™s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. Delivery order awards shall only be made to the firm that has the specified GWAC contract associated with this solicitation. The Government views a team arrangement as a prime and subcontractor relationship with the delivery/task order only being awarded to one GWAC contract holder. To ensure compliance, prior to award the offeror MUST provide written proof from the prime GWAC contract holder that they have the right to offer the items/services from this GWAC contract on behalf of the primary GWAC contract holder; AND a statement that the offeror accepts that the government will make award to the prime GWAC contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the prime GWAC contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the prime GWAC contract holder must meet the socio-economic requirement in order to be considered for award. This includes but is not limited to all GWACs such as: Alliant, 8(a) STARS II, OASIS, NASA SEWP V, NITAAC, etc.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/1019720241/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20547
Zip Code: 20547
 
Record
SN04406069-W 20170218/170216235349-52b9efd98a3233428ea7cb8c7f2f22ff (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  © 1994-2020, Loren Data Corp.