AI helper
The solicitation is a Request for Proposal (RFP) for a Cloud Browser Product Managed Service, specifically the Menlo Security, Inc. cloud browser product. The government will award a contract to the responsible offeror whose proposal is determined to represent the overall best value to the government using a lowest price technically acceptable (LPTA) evaluation process. The technical proposal includes an oral presentation. Questions are due no later than March 2, 2026. Proposals are due no later than March 16, 2026. The government intends to schedule oral presentations approximately 3-5 working days after submission of the written proposal and slides. The government intends to schedule oral presentations with only the lowest priced offeror or a group of lower priced offerors. The government also reserves the right to cancel scheduled oral presentations if it can award to the technically acceptable lowest priced offeror without conducting further oral presentations. The oral proposals will be held virtually via a secure platform using microsoft teams. Contractors will not be required to have a common access card (CAC) in order to access the platform for the briefing. The government will be recording the briefings. All expenses accrued relating to oral proposals shall be paid by the contractor no travel or other costs will be reimbursed by the government. The government is providing a percentage value to be used by all offerors when proposing surge: surge support will not exceed 5 of the offerors total proposed cost/price for the base and all option periods, excluding any 6-month extension of services pursuant to far **** are instructed to propose this exact percentage for surge clin **** the event the government does elect to exercise the surge option, surge support will be realigned under new or existing clins for the relevant task areas identified in the pws, and an equal amount will be deducted from optional surge clin **** support will be provided at the same labor rates proposed and found fair and reasonable at time of contract award for the applicable period of performance. The government is providing plug numbers to be used by all offerors when proposing odcs. Offerors are instructed to propose plug numbers for odcs in the following exact amounts, however actual travel shall be authorized by the cor in writing prior to performance and will be paid iaw far part 31. 20546. travel/equipment odcs base year: 15,000 option year 1: 15,000 option year 2: 15,000 option year 3: 15,000 option year 4: 15,000. The offeror must provide proof they are an authorized reseller of menlo security, inc. at initial proposal submission. For the purposes of this procurement, an authorized reseller is defined as an entity authorized by the oem to sell menlo security to the federal government and to provide support for said software, including new releases, version upgrades, revisions, corrections of reported errors, enhancements to include instructions for implementation and operation for all software support levels and product versions, technical support, contractor resolutions to problems or failures, and the most current commercial release or version of the software. Offeror responses shall include a letter from the oem confirming that the contractor is an authorized reseller, as defined above, as of the proposal due date and will be an authorized reseller for the period of performance identified in this solicitation. The letter from the oem shall not be older than 30 days from the date proposals are due, shall be submitted on the oem’s letterhead, and shall be signed by an authorized representative of the oem. The government will consider proposals submitted without the authorized reseller letter as incomplete and a failure to adhere to the administrative requirements of this rfp, and as a result, the proposal may be considered ineligible for award.
The delivery information is in the delivery information section of the document, which includes the pop (period of performance) dates for each CLIN.
The contractor is to invoice monthly in arrears based on actual usage.
Award will be made to the responsible offeror whose proposal is determined to represent the overall best value to the government using a lowest price technically acceptable (LPTA) evaluation process.
To be eligible for award, the offerors proposal must sufficiently address all aspects of the evaluation factors and subfactors.
If this notification is not received, any and all charges over the commitment will be paid by the contractor.
Questions are due no later than march 2, 2026.
The government is providing a percentage value to be used by all offerors when proposing surge: surge support will not exceed 5 of the offerors total proposed cost/price for the base and all option periods, excluding any 6-month extension of services pursuant to far ****.