Federal Bid

Last Updated on 06 Jul 2011 at 8 AM
Combined Synopsis/Solicitation
Agency Iowa

EMSG lab IronMail

Solicitation ID DIAMZ13011
Posted Date 15 Jun 2011 at 1 PM
Archive Date 06 Jul 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Ditco-Scott
Agency Department Of Defense
Location Agency Iowa United states
 

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; proposals are being requested and a written solicitation will not be issued.

Solicitation Number: DIAMZ13011. 
The synopsis/solicitation is issued as a request for quotation (RFQ).

This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR) Circular FAC 2005-52 effective 31 May2011 and Defense Federal Acquisition Regulations Supplement (DFARS) Case DPN 20110608 effective 8 June 2011. 

This is a 100% small business set-aside.  The associated NAICS code is 511210 and the small business size standard is $25,000,000.

 

A list of contract line item number(s) and items, quantities and units of measure follow:

 

Item

Part Number

Description

   

Qty

                1

ESGCKE-AA-AG

MFE Email Security P:1 GL

 

25

                2

NYV5200ADMAG

MFE Email Gateway E5200 wTrustedSource

2

 

 

unlimited users 1YrGL+NBD

 

 

                3

NYV2200SDMAG

MFE Email Gateway Control Center E2200 1Yr GL+NBD

1

 

The items to be acquired are for a renewal of EMSG lab IronMail maintenance.

Place of Contract Performance.

Defense Information Systems Agency (DISA)

P.O. Box 549

Ft. Meade, MD 20755-0549

 

Period of Performance (POP): Date of Award - 9 May 2012
This is a non-severable requirement. Software maintenance is effective date of award.  There were no new releases or versions received  during the period 10 May 2011 through date of award.   However, the government is entitled to new maintenance releases and versions issued during this period at no additional cost.  There shall be no reinstatement or reactivation fees for software maintenance releases issued during this period.

 

FAR 52.212-1 Instructions to Offerors-Commercial Items is incorporated by reference and applies to this acquisition.

 

FAR provision 52.212-2, Evaluation-Commercial Items is incorporated by reference and applies to this acquisition.  The evaluation is Lowest Price Technically Acceptable.

 

 

Offeror shall include a completed copy of the provision at far 52.212-3, Offeror Representation and Certifications.  Note: If your firm's representations and certifications have been entered into the Online Representations and Certifications Application (ORCA) application http://orca.bpn.gov/ , then your firm is not required to submit additional representations and certifications. However, your firm must provide its DUNS number and a statement that the ORCA website has current information. The provision may be obtained at http://farsite.hill.af.mil .

 

FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2010) is incorporated by reference and applies to this acquisition.

 

FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition.

 

The following clauses apply to this solicitation and any resultant contract, 52.233-3, 52.233-4, 52.219-6; FAR 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, FAR 52.222-36, FAR 52.232-33, DFAR 252.225-7001, DFARS 252.225-7002, DFARS 252.232-7003 Electronic Submission of Payment Requests, and DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A.  

 

The Government intends to make a single award to the responsible offeror whose offer conforms to the requirements as stated in this combined synopsis/solicition and is most advantageous to the Government based on the lowest price technically acceptable methodology.  

 

RFQ responses are due 21 June 2011 at 10 AM Central Time zone. Email submission is required to the Contract Specialist listed below.

 

The name and telephone number of the individual to contact for information regarding the solicitation:

 

Cody Seelhoefer, Contract Specialist; 618-229-9348; [email protected]

Bid Protests Not Available

Similar Past Bids

Usaf academy Colorado 09 Aug 2010 at 6 PM
Washington 15 Sep 2006 at 4 AM
Location Unknown 15 Jul 2009 at 5 PM
Washington 21 Jun 2007 at 4 AM
Colorado 15 Jul 2009 at 5 PM

Similar Opportunities

Washington District of columbia 12 Jul 2025 at 3 AM
Washington District of columbia 12 Jul 2025 at 3 AM
Warren Michigan 11 Jul 2025 at 9 PM
Warren Michigan 11 Jul 2025 at 9 PM