Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
SOLICITATION NOTICE

99 -- Palo Alto Upgrade

Notice Date
5/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Navy, United States Marine Corps, MARSOC Contracting, BLDG 1116, CAMP LEJEUNE, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H92257-18-Q-0099
 
Archive Date
6/16/2018
 
Point of Contact
Samuel P. Williams, Phone: 9104400773
 
E-Mail Address
samuel.williams1@socom.mil
(samuel.williams1@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Palo Alto Firewall Upgrade This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # H92257-18-Q-0099 is hereby issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-98, Effective 1 May 2018. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 423430. The small business size standard is 500. TYPE CONTRACT. The Government intends to award a single Firm Fixed Price (FFP) type contract as a result of this solicitation. The Government reserves the right and may award based solely on information contained in the quote and is not obligated to seek completion or clarification of any or all of the evaluation factors if the original quote is unclear. The contract shall be awarded on an all or none basis, please do not submit partial quotes. All quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to evaluate one final quote only; this includes any discounts on volume. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements. Evaluation Utilizing Simplified Acquisition Procedure This is a brand name requirement. Evaluation factors will be evaluated on an "acceptable/unacceptable" basis. Quotes will be evaluated first by price. The low price will then be evaluated for technical acceptability. Once a technically acceptable quote has been identified, no further evaluation will be conducted. The following factors will be used to evaluate quotations: a. The vendor shall submit a quotation that includes all prices for the listed items and the delivery dates for each item. b. All quotes shall be evaluated on the ability to meet required specifications, delivery, and cost. A quote that is so lacking in information, that a proper evaluation would require elaborate explanation, may be deemed unacceptable. c. Quotes must confirm that the quoted items and are in accordance with the specifications as outlined within this solicitation. (End of Provision) CLIN 0001: Palo Alto Networks PA-5220 QUANTITY: 2 Ext Description: Palo Alto Networks PA-5220 with redundant AC power supplies. Part# PAN-PA-5220-AC CLIN 0002: Threat Prevention Subscription yea 1 QUANTITY: 6 Ext Description: Threat prevention subscription year 1, PA-5220. PANDB URL filtering subscription year 1, PA-5220. WildFire subscription year 1, PA-5220. Part# PAN-PA-5220-TP/ PAN-PA-5220-URL4 CLIN 0003: Premium Support Year QUANTITY: 2 Ext Description: Premium support year 1, PA-5220. CLIN 0004: Palo Alto Networks M-200, 16TB RAID Storage QUANTITY: 1 EXT Description: Palo Alto Networks M-200, 16TB RAID Storage (4 8TB RAID certified drives preinstalled). Rack mount rails included. Part# PAN-M-200. CLIN 0005: Premium support year 1, Panorama M-200 25 devices or log collector QUANTITY: 1 Ext Description: Premium support year 1, Panorama M-200 25 devices or log collector. Part# PAN-SVC-PREMUSG-M-200P-25 CLIN 0006: Panorama central management software license QUANTITY: 1 Ext Description: Panorama central management software license, 25 devices or log collector for the M-200. Part# PAN-M-200-P-25. Delivery: 30 Days ARO Location: Camp Lejeune, NC (Exact location will be provided upon award) The awardee of this award is required to be registered with, understand, and invoice through Wide Area Workflow. CLAUSES/PROVISIONS INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.204-7 System for Award Management (JUL 2013) FAR 52.204-13 System for Award Management Maintenance (JUL 2013) FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2014) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2014) FAR 52.212-4 Contract Terms and Conditions Commercial Items (DEC 2014) FAR 52.219-1 ALT 1 Small Business Programs Representations (OCT 2014) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-99 (Dev) Establishing a Minimum Wage for Contractors (Deviation 2014-O0017)(JUN 2014) FAR 52.247-34 F.O.B. Destination (NOV 1991) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. (SEP 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7000 Disclosure of Information (AUG 2013) DFARS 252.204-7004 ALT A System for Award Management. (FEB 2014) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991) DFARS 252.247-7023 Transportation of Supplies by Sea (APR 2014) CLAUSES/PROVISIONS INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil FAR 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (DEC 2014) Alternate I (DEC 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2015) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms (JAN 1991) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (2005) SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts (NOV 2007) SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) SOFARS 5652.204-9004 Foreign Persons Section K (2006) SOFARS 5652.252-9000 Notice of Incorporation of Section K (1998) All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://www.sam.gov *** It is very important that all vendors follow all instructions provided below, when quotes are submitted *** Vendors are required to register or update their registration on the System for Award Management website at https://www.sam.gov/portal/public/SAM/. This registration is required to receive contract award and will facilitate payment. Please include affirmative certification of ability to comply with Required Delivery Date. Additional information required in quotation: DUNS #, CAGE CODE #, and TIN #. The Government is seeking F.O.B Destination. If you have any questions or concerns, please contact Samuel Williams at 910-440-07773 or Email: samuel.williams1@socom.mil All questions are due by 1:00 PM EST May 25, 2018. Questions shall be directed to Sam Williams, Contracting Officer. Questions are requested to be submitted via Email at samuel.williams1@socom.mil. Answers to all questions received will be posted via amendment to this solicitation no later than 4:00 PM EST May 30, 2018. Quotes will be accepted via email only. Late submissions will not be considered. The burden of insuring the Vendors' quote is received by this office, within the stated timeframe, is the responsibility of Vendor. Please submit your quotations via any method listed below: E-mail Samuel Williams, samuel.williams1@socom.mil For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Vendors are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(c), concerning late submissions. Vendors are responsible for allowing adequate time for transmission to be completed. The Vendor bears the risk of non-receipt of transmissions, and should ensure that all pages of the proposal (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. The Government may make award based solely on the quote received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/MARSOC/H92257-18-Q-0099/listing.html)
 
Place of Performance
Address: Camp Lejeune, North Carolina 28546, Camp Lejeune, North Carolina, 28546, United States
Zip Code: 28546
 
Record
SN04915023-W 20180510/180508231218-6dc9c5b1ed7afaa5fbfe2794b6024a5c (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.