Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2020 SAM #6868
SOLICITATION NOTICE

70 -- Computer Equipment

Notice Date
9/16/2020 11:23:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
INL-PR9177666_01
 
Response Due
9/16/2020 12:00:00 AM
 
Archive Date
01/30/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is INL-PR9177666_01 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $27.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-08-03 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Miami, FL 33101 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001: - 16GB microSD card / including SD adapter / Min. performance: 80MB/s read and 10MB/s write, UHS-I Speed class 1 (U1). Suggested: Kingston Canvas Select or similar, 2, EA; LI 002: - 64GB microSD card / including SD adapter / Min. performance: 90MB/s read and 45MB/s write, UHS-I Speed class 3 (U3). Suggested: Kingston Canvas Go or similar, 2, EA; LI 003: 128GB microSD card / including SD adapter / Min. performance: 90MB/s read and 45MB/s write, UHS-I Speed class 3 (U3). Suggested: Kingston Canvas Go or similar, 2, EA; LI 004: - 1TB External hard drive, with the following specifications: - Interface: USB 3.1 (backward compatible with USB 2.0) - Anti-shock silicone / ruggedized - Compatible with Windows and Mac - Warranty: minimum one year Suggested: Adata HD710 Pro or similar, 15, EA; LI 005: - 2TB External hard drive, with the following specifications: - Interface: USB 3.1 (backward compatible with USB 2.0) - Anti-shock silicone / ruggedized - Compatible with Windows and Mac - Warranty: minimum one year Suggested: Adata HD710 Pro or similar, 50, EA; LI 006: - Portable power bank set, with the following specifications: - Battery type: Rechargeable Lithium Polymer Battery - Minimum battery capacity: 50,000mAh - Indicator that shows the DC voltage and available capacity - DC-Input: 19V/2A - Charging Tim e: 6-8 hours - Output ports: 1 DC-OUT 5V/8.4V/9V/12V 3A (max); 16V(16.5V)/20V(19V, 19.5V) 4.7A (max) for different laptops. 2 USB ports 5V/9V/12V 3A (max) (support quick charge 3.0) for small devices 1 TYPE-C port 5V/9V/12V 3A (max) for type-c devices - Low shutdown current for USB and TYPE-C ports: 50mA - Low shutdown current for DC-OUT port: 100mA - High shutdown current for DC-OUT port: 5V/8.4V/9V/12V >3A; 16V/20V >4.7A - Compatibility: Universal - Built in overcharge, over discharge, over current protection, short circuit protection and high temperature protection. - User manual in Spanish - Warranty: minimum one year - It has to include the following accessories: 1 home charger 1 DC cable 1 Magsafe2 cable 1 USB cable At least 28 laptop charge connectors Carrying bag Suggested: Krisdonia 50000mAh Laptop Power Bank or similar, 45, EA; LI 007: - Portable duplex document scanner for Mac and PC, with the following specifications: - Type: Office document scanner - Duplex - Document feeding: Automatic or manual - Max supported document size: Legal (8.5 in x 14 in) - Supported document type: Pl ain paper - Feeder capacity: at least 50 sheets no more than 80 sheets - Scanning Modes: Color, Grayscale, Black and White - Optical Resolution: minimum 600 dpi - Approx. Scanning Speeds: (Simplex/Duplex): Black and White/Grayscale: 45 ppm/90 ipm / Color: 30 ppm/60 ipm - Interface: Hi-Speed USB 2.0 - Max. dimensions: (H x W x D) 10 x 12 x 10 (With trays closed) - Max. weight: 7 lb. - User manual in Spanish - Warranty: minimum one year Suggested: Canon imageFormula DR-C240 or similar, 45, EA; LI 008: - External Blu-ray drive, with the following specifications: - Drive type: External slim DVD burner - Supports BDXL, Blu-ray, DVD, and CD media - Interface: USB 3.0 and 2.0 - Buffer memory: Min. 4 MB (read/write) - Write speed: 6x for BD-R, 8x for DVD-R/+R and 24x for CD-R - Read speed: 6x for BD-R, 8x for DVD-R/+R and 24x for CD-R - Operating system compatibility: Mac and PC - User manual in Spanish - Warranty: minimum one year Suggested: Pioneer BDR-XS06, BDR-XD07B or similar, 50, EA; LI 009: - MacBook Pro 16-inch, with the following minimum specifications: - Processor: 2.3GHz 8 core Intel Core i9, Turbo Boost up to 4.8GHz, with 16MB shared L3 cache - Memory: 16GB of 2666MHz DDR4 onboard memory - Graphics: AMD Radeon Pro 5300M with 4GB of GDDR6 memory and automatic graphics switching / Intel UHD Graphics 630 - Storage: 1TB SSD - Keyboard: SPANISH language - Warranty: minimum one year, 1, EA; LI 010: - Lenovo ThinkPad P53 Mobile Workstation 15-inch, with the following minimum specifications: - Processor: Intel Xeon E-2276M with vPro (2.80GHz, up to 4.70GHz with Turbo Boost, 6 Cores, 12MB Cache) - Memory: 128GB (32GB x 4) DDR4 2666MHz ECC - Storage: 1TB SSD PCIe - Operating system: Windows 10 Pro for Workstations 64, SPANISH - Display: 15.6"" FHD (1920 x 1080) IPS - Graphics card: 4GB DDR5 minimum - Ports: 2 USB 3.1 + 1 Thunderbolt + 1 RJ45 LAN Jack+ 1 HDMI - Smart Card Reader - Wireless: Wi-Fi + Bluetooth 5.0 - Battery: 6 Cell Li-Polymer, 90Wh - Warranty: minimum one year + preventive maintenance per year of warranty, 1, EA; LI 011: - Wireless laser mouse for item #10, of the same brand., 1, EA; LI 012: - USB 3.0 hub with 3 ports minimum for item #10., 1, EA; LI 013: - Power strip with 3 AC outlets minimum / 110v-240v / Power Cord: 2m/6.56ft for item #10., 1, EA; LI 014: - Carrying backpack that fits the laptop of item #10, with at least two main compartments with zipper closure, one of them padded for the equipment protection, and two external pockets, 1, EA; LI 015: - Rugged laptop, with the following minimum specifications: - Detachable laptop (tablet + keyboard) - Type: Fully rugged - CPU: Intel Core i5-7Y57 1.20GHz vPro - Display: 10.1"""" WUXGA 10-point capacitive gloved multi touch + digitizer. Sunlight-viewa ble / 800nits - Operating system: Windows 10 Pro 64 bit SPANISH - Storage drive: 512GB SSD - Memory (RAM): 8GB - Wireless: Wi-Fi + Bluetooth - Webcam: 1080p webcam with mic Infrared - Rear camera: 8MP with autofocus and LED flash - Battery operation: 8.5 hours / 17 hrs with 2nd battery - Bridge battery - AC Adapter: AC 100V-240V 50/60Hz - Keyboard: SPANISH - TPM v2.0 - Certifications: MIL-STD-461F, MIL-STD-810G, IP65 - Warranty: 3 years + preventive maintenance per year of warranty Suggested: Panasonic Toughbook CF-20 or similar., 75, EA; LI 016: - Battery pack for item #15, of the same brand., 75, EA; LI 017: - Microsoft Office Professional 2019 license in Spanish for item #15, 75, EA; LI 018: - Duplex document scanner for desktop, with the following minimum specifications: - Type: Color duplex scanner / A3 rotary scanner - Throughput speeds at 200 dpi/300 dpi (landscape, A4 size, black and white/grayscale/color): Up to 110 ppm - Scanning T echnology: Dual CCD - Optical resolution: 600 dpi - Operator control panel - Feeder/Elevator: up to 300 sheets of 80g/m2 paper - Connectivity: USB 2.0; USB 3.0 Compatible - Software support: Standard Software - Windows bundled software: TWAIN, ISIS - File format outputs: Single and multi-page TIFF, JPEG, RTF, BMP, PDF, searchable PDF - Operating system compatibility: Windows - User manual in Spanish - Warranty: 3 years + preventive maintenance per year of warranty Suggested: Kodak i3500 or similar, 1, EA; LI 019: - Wireless portable printer, with the following specifications: - Type: mobile printing - Print technology: thermal inkjet - Memory: 128 MB DDR3 - Resolution (black): Up to 1200 x 1200 rendered dpi - Resolution (color): Up to 4800 x 1200 optimized dpi color - Connectivity: 1 USB 2.0 (minimum) + Wi-Fi - Approx. dimensions (WxDxH): 15 x 8 x 3 in (tray closed) - Approx. weight: Max. 5lb - Paper size: letter, legal - Operating system compatibility: Windows + Mac OS - User manual in Spanish - Warranty: 1 year + 1 preventive maintenance Suggested: HP OfficeJet 200 Mobile Printer or similar, 46, EA; LI 020: - Rechargeable battery for printer of item #19., 46, EA; LI 021: - USB cable for printer of item #19., 46, EA; LI 022: - Carrying bag for printer of item #19., 46, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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.UnisonMarketplace.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, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror 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 vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace 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. Submissions can be sent 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award. (a) The Department of State's Advocate for Competition is responsible for assisting industry in removing restrictive requirements from Department of State solicitations and removing barriers to full and open competition and use of commercial items. If such a solicitation is considered competitively restrictive or does not appear properly conducive to competition and commercial practices, potential offerors are encouraged first to contact the contracting officer for the solicitation. If concerns remain unresolved, contact: (1) For solicitations issued by the Office of Acquisition Management (A/LM/AQM) or a Regional Procurement Support Office, the A/LM/AQM Advocate for Competition, at AQMCompetitionAdvocate@state.gov. (2) For all others, the Department of State Advocate for Competition at cat@state.gov. (b) The Department of State's Acquisition Ombudsman has been appointed to hear concerns from potential offerors and contractors during the preaward and postaward phases of this acquisition. The role of the ombudsman is not to diminish the authority of the contracting officer, the Technical Evaluation Panel or Source Evaluation Board, or the selection official. The purpose of the ombudsman is to facilitate the communication of concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel, and work to resolve them. When requested and appropriate, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to contact the contracting activity ombudsman, [insert name], at [insert telephone and fax numbers]. For an American Embassy or overseas post, refer to the numbers below for the Department Acquisition Ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at a contracting activity level may be referred to the Department of State Acquisition Ombudsman at (703) 516-1680, by fax at (703) 875-6155, or write to: Department of State, Acquisition Ombudsman, Office of the Procurement Executive (A/OPE), Suite 603, SA-6, Washington, DC 20522-0602. (a) Definitions. As used in this provision: �Foreign person� means any person other than a United States person as defined below. �United States person� means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as provided under the Export Administration Act of 1979, as amended. (b) Certification. By submitting this offer, the offeror certifies that it is not: (1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel by Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking; or, (2) Discriminating in the award of subcontracts on the basis of religion. (End of provision) SECTION 8(A) OF THE EXPORT ADMINISTRATION ACT OF 1979, AS AMENDED (AUG 1999) (a) Section 8(a) of the U.S. Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)), prohibits compliance by U.S. persons with any boycott fostered by a foreign country against a country which is friendly to the United States and which is not itself the object of any form of boycott pursuant to United States law or regulation. The Boycott of Israel by Arab League countries is such a boycott, and therefore, the following actions, if taken with intent to comply with, further, or support the Arab League Boycott of Israel, are prohibited activities under the Export Administration Act: (1) Refusing, or requiring any U.S. person to refuse to do business with or in Israel, with any Israeli concern, or with any national or resident of Israel, or with any other person, pursuant to an agreement of, or a request from or on behalf of a boycotting country; (2) Refusing, or requiring any U.S. person to refuse to employ or otherwise discriminating against any person on the basis of race, religion, sex, or national origin of that person or of any owner, officer, director, or employee of such person; (3) Furnishing information with respect to the race, religion, or national origin of any U.S. person or of any owner, officer, director, or employee of such U.S. person; (4) Furnishing information about whether any person has, has had, or proposes to have any business relationship (including a relationship by way of sale, purchase, legal or commercial representation, shipping or other transport, insurance, investment, or supply) with or in the State of Israel, with any business concern organized under the laws of the State of Israel, with any Israeli national or resident, or with any person which is known or believed to be restricted from having any business relationship with or in Israel; (5) Furnishing information about whether any person is a member of, has made contributions to, or is otherwise associated with or involved in the activities of any charitable or fraternal organization which supports the State of Israel; and, (6) Paying, honoring, confirming, or otherwise implementing letter of credit which contains any condition or requirement against doing business with the State of Israel. (b) Under Section 8(a), the following types of activities are not forbidden �compliance with the boycott�, and are therefore exempted from Section 8(a)�s prohibitions listed in paragraphs (a)(1) through (6) above: (1) Complying or agreeing to comply with requirements: (i) Prohibiting the import of goods or services from Israel or goods produced or services provided by any business concern organized under the laws of Israel or by nationals or residents of Israel; or, (ii) Prohibiting the shipment of goods to Israel on a carrier of Israel, or by a route other than that prescribed by the boycotting country or the recipient of the shipment; (2) Complying or agreeing to comply with import and shipping document requirements with respect to the country of origin, the name of the carrier and route of shipment, the name of the supplier of the shipment or the name of the provider of other services, except that no information knowingly furnished or conveyed in response to such requirements may be stated in negative, blacklisting, or similar exclusionary terms, other than with respect to carriers or route of shipments as may be permitted by such regulations in order to comply with precautionary requirements protecting against war risks and confiscation; (3) Complying or agreeing to comply in the normal course of business with the unilateral and specific selection by a boycotting country, or national or resident thereof, of carriers, insurance, suppliers of services to be performed within the boycotting country or specific goods which, in the normal course of business, are identifiable by source when imported into the boycotting country; (4) Complying or agreeing to comply with the export requirements of the boycotting country relating to shipments or transshipments of exports to Israel, to any business concern of or organized under the laws of Israel, or to any national or resident of Israel; (5) Compliance by an individual or agreement by an individual to comply with the immigration or passport requirements of any country with respect to such individual or any member of such individual�s family or with requests for information regarding requirements of employment of such individual within the boycotting country; and, (6) Compliance by a U.S. person resident in a foreign country or agreement by such person to comply with the laws of that country with respect to his or her activities exclusively therein, and such regulations may contain exceptions for such resident complying with the laws or regulations of that foreign country governing imports into such country of trademarked, trade named, or similarly specifically identifiable products, or components of products for his or her own use, including the performance of contractual services within that country, as may be defined by such regulations. (End of clause) All offers/bids submitted in response to this solicitation must address the approach for completing the security plan and certification and accreditation requirements as required by the clause at 652.239-71, Security Requirements for Unclassified Information Technology Resources. (End of provision) (a) General. The Contractor shall be responsible for information technology (IT) security, based on Department of State (DOS) risk assessments, for all systems connected to a Department of State (DOS) network or operated by the Contractor for DOS, regardless of location. This clause is applicable to all or any part of the contract that includes information technology resources or services in which the Contractor has physical or electronic access to DOS's information that directly supports the mission of DOS. The term �information technology�, as used in this clause, means any equipment, including telecommunications equipment, that is used in the automatic acquisition, storage, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information. This includes both major applications and general support systems as defined by OMB Circular A-130. Examples of tasks that require security provisions include: (1) Hosting of DOS e-Government sites or other IT operations; (2) Acquisition, transmission or analysis of data owned by DOS with significant replacement cost should the Contractor's copy be corrupted; and (3) Access to DOS general support systems/major applications at a level beyond that granted the general public; e.g., bypassing a firewall. (b) IT Security Plan. The Contractor shall develop, provide, implement, and maintain an IT Security Plan. This plan shall describe the processes and procedures that will be followed to ensure appropriate security of IT resources that are developed, processed, or used under this contract. The plan shall describe those parts of the contract to which this clause applies. The Contractor's IT Security Plan shall comply with applicable Federal laws that include, but are not limited to, 40 U.S.C. 11331, the Federal Information Security Management Act (FISMA) of 2002, and the E-Government Act of 2002. The plan shall meet IT security requirements in accordance with Federal and DOS policies and procedures, as they may be amended from time to time during the term of this contract that include, but are not limited to: (1) OMB Circular A-130, Management of Federal Information Resources, Appendix III, Security of Federal Automated Information Resources; (2) National Institute of Standards and Technology (NIST) Guidelines (see NIST Special Publication 800-37, Guide for the Security Certification and Accreditation of Federal Information Technology Systems (http://csrc.nist.gov/publications/nistpubs/800-37/SP800-37-final.pdf)); and (3) Department of State information security sections of the Foreign Affairs Manual (FAM) and Foreign Affairs Handbook (FAH) (http://foia.state.gov/Regs/Search.asp), specifically: (i) 12 FAM 230, Personnel Security; (ii) 12 FAM 500, Information Security (sections 540, 570, and 590); (iii) 12 FAM 600, Information Security Technology (section 620, and portions of 650); (iv) 5 FAM 1060, Information Assurance Management; and (v) 5 FAH 11, Information Assurance Handbook. (c) Submittal of IT Security Plan. Within 30 days after contract award, the Contractor shall submit the IT Security Plan to the Contracting Officer and Contracting Officer's Representative (COR) for acceptance. This plan shall be consistent with and further detail the approach contained in the contractor's proposal or sealed bid that resulted in the award of this contract and in compliance with the requirements stated in this clause. The plan, as accepted by the Contracting Officer and COR, shall be incorporated into the contract as a compliance document. The Contractor shall comply with the accepted plan. (d) Accreditation. Within six (6) months after contract award, the Contractor shall submit written proof of IT security accreditation for acceptance by the Contracting Officer. Such written proof may be furnished either by the Contractor or by a third party. Accreditation must be in accordance with NIST Special Publication 800-37. This accreditation will include a final security plan, risk assessment, security test and evaluation, and disaster recovery plan/continuity of operations plan. This accreditation, when accepted by the Contracting Officer, shall be incorporated into the contract as a compliance document, and shall include a final security plan, a risk assessment, security test and evaluation, and disaster recovery/continuity of operations plan. The Contractor shall comply with the accepted accreditation documentation. (e) Annual verification. On an annual basis, the Contractor shall submit verification to the Contracting Officer that the IT Security Plan remains valid. (f) Warning notices. The Contractor shall ensure that the following banners are displayed on all DOS systems (both public and private) operated by the Contractor prior to allowing anyone access to the system
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e337cbb8c6ab49be9917206c5d2d8df0/view)
 
Place of Performance
Address: Miami, FL 33101, USA
Zip Code: 33101
Country: USA
 
Record
SN05800334-F 20200918/200916230204 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.