Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2010 FBO #2983
MODIFICATION

D -- F5 Maintenance Renewal

Notice Date
1/22/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
Po Box 9115, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1045045904_01
 
Response Due
1/25/2010
 
Archive Date
7/24/2010
 
Point of Contact
Name: Gwen Mansfield, Title: Acquisition, Phone: 7038756049, Fax: 7038756085
 
E-Mail Address
mansfieldg@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1045045904_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 541513 with a small business size standard of $25.00M. 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 2010-01-25 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be ARLINGTON, VA 22209 The Department of State requires the following items, Exact Match Only, to the following: LI 001, F5 Maintenance Renewal - BIG-IP SERVICE: PREMIUM, (LEVEL 1-3). P/N: F5-SVC-BIG-PRE-L1-3. Maintenance to cover Appliances listed in line items 2 through 6. Period of performance is 12 months., 1, EA; LI 002, BIG-IP SERVICE: PREMIUM, (LEVEL 1-3). F5-BIG-2400,R,C,U. S/N: bip046531s, 1, EA; LI 003, BIG-IP SERVICE: PREMIUM, (LEVEL 1-3). F5-BIG-2400,R,C,U. S/N: bip047060s, 1, EA; LI 004, BIG-IP SERVICE: PREMIUM, (LEVEL 1-3). F5-BIG-1000. S/N:bip064930s, 1, EA; LI 005, BIG-IP SERVICE: PREMIUM, (LEVEL 1-3). F5-BIG-1000. bip064937s, 1, EA; LI 006, BIG-IP SERVICE: PREMIUM, (LEVEL 1-3). F5-BIG-1000. bip062277s, 1, EA; LI 007, BIG-IP SERVICE: PREMIUM, (LEVEL 1-3).F5-BIG-1000. bip060947s, 1, EA; LI 008, Lapse fee must be included., 1, LOT; 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. 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 Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. 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.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. This Justification and Approval (J&A) on a brand name only basis is for the purchase of F5 Big IP Premium Level Maintenance. The use of a brand name description is essential to the Governments requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. CA/CST/II owns and has in use F5 Networks Big IP is hardware that provides high-availability load balancing, fast and extremely intelligent layer 7 switching, granular interactive control, DoS protection, resource pooling and a number of other features to help protect our Internet presence with the following features:Reliability - Delivers the industry's most proven and advanced system to ensure that applications are always available. Accelerated Applications - Provides control to accelerate application performance by up to 3-times, ensures that priority applications are served first, and offloads expensive server cycles. Reduced Server and Bandwidth Costs - Triples server capacity through a set of infrastructure optimization capabilities; reduces bandwidth costs by up to 80% through intelligent HTTP compression, bandwidth management and more. Greater Network and Application Security - From DoS protection to cloaking to filtering out application attacks, BIG-IP adds critical security features that cannot be addressed elsewhere in the network. Application Intelligence and Control - The industry's only solution which delivers complete application fluency - enabling network-speed full payload inspection and programmable event-based traffic management to understand and act upon application flows. Total Integration for All IP Applications -- Provides a comprehensive solution that can integrate with all applications, not just Web based protocols. Provides organizations with a centralized solution for all IP applications, including legacy and emerging applications like VOIP -- all in a single unified system. Industry Leading Performance - Delivers the fastest traffic management solution to secure, deliver and optimize application performance. Offers best-in-market SSL TPS, bulk encryption, and the highest concurrent SSL connections available today. CA/CST believes that it is critical to the ongoing operation of Consular Systems to continue to maintain F5 Big IP hardware. The 41 USC 253(c)(1), and FAR 6.302-1 are cited at the statutory authority.As this is a brand name only justification, no one contractors unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Departments requirements as a key component of the Departments networking system. Due to CAs investment and overall satisfaction with this hardware, it would be counter-productive and unnecessarily costly to attempt to identify, acquire, and install other hardware at this time, assuming that an alternative could be found that offers identical functionality and ease of use. CA/CST believes that it is critical to the ongoing operation of Consular Systems to continue service for the F5 Big IP hardware. Because this service has already been successfully used, CA/CST believes that it is in the Governments best overall interests to procure and use this particular maintenance.The requirement will be competed as the IT community responds to price requests on FedBid. According to F5, the only provider of F5 Big IP service is F5. Line Item Pricing Must Be Broken Out In Order For Seller's Bid To Be Considered For Award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1045045904_01/listing.html)
 
Place of Performance
Address: ARLINGTON, VA 22209
Zip Code: 22209
 
Record
SN02047783-W 20100124/100122235534-12c9ab2f3bea700614b6fb4d686ac6f8 (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.