General Buy Information
Buy #: | 1040974 | |
---|---|---|
Solicitation #: | 19AQMM20Q0175 | |
Buy Description: | OPTION - Crowdstrike Falcon | |
Category: | 70 -- Information Technology (ADP) Equipment (Including Firmware), Software, Supplies and Support Equipment | |
Sub Category: | 7030 -- IT Software | |
NAICS: | 541519 -- Other Computer Related Services | |
SAM Contract Opportunity: | Yes | |
Set-Aside Requirement: | No Set-Aside Restriction | |
Buyer: | Department of State | |
End Date: | 08/27/2020 | |
End Time: | 16:00 ET | |
Seller Question Deadline: | 8/26/2020 - 16:00 ET | |
Delivery: | Period of Performance - See below |
Line Item(s) Template - Optional
You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information. |
Line Item(s) Base
Base Period of Performance: | 09/01/2020 - 08/31/2021 |
---|
Item No | Description | Qty | Unit |
---|---|---|---|
001 | Falcon X Premium Application-Band 11 12 month term Part Number - CS.FALXPRE.SOLN.T11 | 10000 | EA |
002 | Falcon Dedicated Intel Analyst Support (requires FXP) support 25% of FXP min $62,500.00 12 month term. Includes: Falcon X Premium RFI Pack, Fal.Con Registration 2019, CrowdStrike University Annual LMS Subscription Part Number - CS.FXPE.SOLN | 1 | LT |
003 | Falcon MalQuery - 5 Searches per Month 12 month term Part Number - RR.IPM.ENT.5 | 1 | LT |
Line Item(s) Option 1
Option 1 Period of Performance: | 09/01/2021 - 08/31/2022 |
---|
Item No | Description | Qty | Unit |
---|---|---|---|
001 | Falcon X Premium Application-Band 11 12 month term Part Number - CS.FALXPRE.SOLN.T11 | 10000 | EA |
002 | Falcon Dedicated Intel Analyst Support (requires FXP) support 25% of FXP min $62,500.00 12 month term. Includes: Falcon X Premium RFI Pack, Fal.Con Registration 2019, CrowdStrike University Annual LMS Subscription Part Number - CS.FXPE.SOLN | 1 | LT |
003 | Falcon MalQuery - 5 Searches per Month 12 month term Part Number - RR.IPM.ENT.5 | 1 | LT |
Bidding Requirements
Instructions | ||||
---|---|---|---|---|
In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: Information as to the requirements and verification to authorized resller status, NASA SEWP Contract holder, etc.
|
||||
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 Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace 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 Unison Marketplace 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 Unison Marketplace Fee calculations.
|
||||
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
|
||||
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
|
||||
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
|
||||
There is no Set-Aside restriction for this Buy.
|
||||
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.
|
||||
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
|
||||
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
|
||||
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
|
||||
|
Buy Terms
Name | Description |
---|---|
Product Certification | If this is a “Brand Name Only” procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). |
Supplemental Bid Information | 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. |
Contractor Registration | 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. |
Bids Must Be Valid for 30 Days | All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. |
Equipment Requirement | 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. |
Shipping Condition | All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. |
Government Wide Acquisition Contract (GWAC) | 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. |
GSA Orders with Open Market Items | GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") |
GSA Multiple Award Schedule | Delivery order awards shall only be made to the firm that has the GSA FSS contract awarded to them. The Government views a team arrangement as a prime and subcontractor relationship with the delivery order only being awarded to one GSA FSS holder. To ensure compliance, prior to award the offeror MUST provide written proof from the GSA FSS contract holder that they have the right to offer the GSA schedule items on behalf of the GSA FSS holder; AND a statement that the offeror accepts that the government will make award to the GSA schedule contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the GSA FSS contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the FSS contract holder must meet the socio-economic requirement in order to be considered for award. |
DOS Agency Catalog/GITM Items | Be advised only equipment that is on the catalog is eligible to be proposed. Proposing equipment that is not on the catalog will render your bid as unacceptable and will automatically be rejected from consideration. |
Manufacturer Authorized Reseller/Distributor | 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. |
VCES BAA/TAA Waiver Requirement | Offerors must identify each line item being offered on a bid as Buy American Act (BAA) or Trade Agreements Act (TAA)-compliant or request a waiver on solicitations against VCES. All items that are not TAA or BAA compliant must be approved by a DOS Contracting Officer before award can be issued”. Reference FAR clause 52.225-5, Trade Agreements. |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
See Statement of Work |
Seller Attachment(s): Required
The attachment(s) must include the following non-pricing information: Information as to the requirements and verification to authorized resller status, NASA SEWP Contract holder, etc. |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | 19AQMM20Q0175.pdf | 34 KB |