Federal Bid

Last Updated on 25 Apr 2009 at 8 AM
Combined Synopsis/Solicitation
Dana North carolina

Netscout nGenius License and Maintenance renewal

Solicitation ID TIRNO-09-Q-L8-B00
Posted Date 08 Apr 2009 at 7 PM
Archive Date 25 Apr 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Office Procurement (Os:Pr:P)
Agency Department Of Treasury The
Location Dana North carolina United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation, TIRNO-09-Q-L8-B00, provisions and clauses in effect through FAC 2005-31 are incorporated into this RFQ. The associated North American Industry Classification System (NAICS) code is 334210. The small business size standard is 1,000 employees. CLIN 0001 Netscout Systems Inc. SBD RMA HW SPT – YR 2+ - P4 – J16E (RBJ16EPR4A) CLIN 0002 Netscout Systems Inc. Infinistream NM – l1600 (Ethernet) – 1 yr SE CORE SUP (SYOJ16EASM) CLIN 0003 Netscout Systems Inc. nGenius Performance Manager Standalone Appliance - Linux (5508L) CLIN 0004 Netscout Systems Inc. Eight-port HDX or Four-port FDX FE Probe, High Capacity (9281/HC SUPP-PLT) CLIN 0005 Netscout Systems Inc. Four-port Gigabit Ethernet Probe, SFP Configurable, High Capacity with 10/100/1000 Base-T Flow Director (9910/HD SUPP-PLT) CLIN 0006 Netscout Systems Inc. Kit, PM v4.0 Coupon kit (9558-LO) CLIN 0007 Netscout Systems Inc. Kit, PM v4.0 MC, Solaris (9558-MC) CLIN 0008 Custom Support Services Supportnet Annual Subscription and Contract Management (SNCM-1) CLIN 0009 ALARMPOINT 4 Line Voice Pack (4 Line Card, Dongle, Neospeech) (APT1025) CLIN 0010 Netscout Systems, Inc. Gigabit TX SFP (321-0434) The IRS is seeking competitive RFQs for the following brand name requirement, “license and maintenance renewal for Netscout nGenius application and network probes." The rationale supporting this brand name requirement is that the Netscout license and maintenance renewals are needed to continue the Network Management Operations of the IRS Wide Area Network (WAN) infrastructure and support the VGNOC through the Treasury Network (TNet) transition. These tools represent the heart of the IRS network management capability by performing tasks associated with capacity management, network utilization, proactive management of network components, engineering capabilities, reporting on trending and general health of the networks and much more. If these components are not maintained, the data communications infrastructure of the IRS may be seriously jeopardized. This is an RFQ and brand name justification to procure Netscout nGenius license and maintenance renewals. The IRS is not requesting information from resellers of other brand names but manufacturers that can perform the brand name equivalent. All manufacturers that can perform the equivalent function/services should submit their technical qualifications and literature to the following email address: [email protected]. Manufacturers should include a price quote with any information they submit for equivalent function/services. The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-31 are applicable to this procurement: FAR 52.212-1, Instructions to offerors – Commercial Items, and FAR 52.212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer – Central Contractor Registration. All responsible sources that can provide the above requirements and deliver all products shall submit written quotations no later than 4:00pm EST on April 10, 2009 to the following email address: [email protected]. The government intends to award a firm fixed price order. The Vendor shall be selected based on the lowest priced technically acceptable proposal. All quotes must include price(s); Quotes over 10 pages in total will not be accepted. All questions must be submitted by email to [email protected].
Bid Protests Not Available

Similar Past Bids

Location Unknown 11 Sep 2010 at 8 PM
Washington Not Specified
Location Unknown 15 Feb 2018 at 2 PM
New cumberland Pennsylvania 01 Jun 2011 at 3 PM

Similar Opportunities

Dana point California 20 Jul 2025 at 9 PM
Dana point California 30 Jul 2025 at 9 PM
California 10 Jul 2025 at 9 PM
San francisco California 08 Sep 2025 at 7 AM