Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

D -- Computer Foreensic Software

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUJ08185AC06
 
Archive Date
9/18/2008
 
Point of Contact
Stephen M. Colton, Phone: 813-828-6570, Leyla L. Campbell,, Phone: 813-828-4018
 
E-Mail Address
stephen.colton@macdill.af.mil, leyla.campbell@macdill.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR 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. This is a Request For Quote (RFQ) and the solicitation number is F2VUJ08185AC06. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following software licenses as well as maintenance and support for one base year and two option years. All quotes, regardless of type (i.e. open market, GSA, Sewp, etc.)will be considered. DESCRIPTION OF REQUIREMENT USSOCOM requires the capability to maintain and sustain current operational capabilities to support forensic analysis and operational security (OPSEC) analysis requirements for all networks and devices within their architecture. USSOCOM networks' defense-in-depth requirements, as directed by CJCSI 6510.01D, Information Assurance and Computer Network Defense (CND), support the warfighter in the global war on terrorism by providing a secure transport of data to and from worldwide locations. One of the aspects of this requirement is to provide analysis capability of data that is transported or resides on our networks. Software must provide USSOCOM the capability to monitor, investigate, remediate and protect all networks against malicious intrusion, security incidents and cyber attacks. Loss of current capability is not acceptable. Without the forensic and recovery capability, USSOCOM would lose the overall visibility of potential risks and lack the capability to quickly remove and sanitize data that, if accessed by unauthorized personnel or hackers, can be used to initiate loss of services or compromise data. This type of activity will pose additional risks to operational SOF missions worldwide. Proposed solution for USSOCOM must: • provide a scalable integrated platform to immediately respond to and thoroughly investigate computer-related incidents or events of interest • rapidly and thoroughly investigate computer incidents occurring on any and all nodes within USSOCOM's network, regardless of physical or network location; must provide ability to review both unique closed networks and standalone systems • identify and address internal and external network security, information assurance, and counterintelligence threats before they erupt into significant events • capture and analyze volatile data, including active network sessions, open files, and running processes • verify data files and structure to determine possible compromise • investigate and analyze devices running on all standard commercial operating systems • investigate and analyze devices over local area and wide-area networks from a central location • detect and identify hidden, cloaked or deleted data and/or files • provide analysis without disrupting business processes or alerting targets • audit individual or multiple machines for sensitive information, unauthorized processes and unauthorized network connections • identify and remediate rootkits • remediate or stop security events as they are identified • locate, analyze and capture data in a forensically sound fashion (e.g., without modification to data or device) from any network-connected node without system downtime • analysis and data capture must hold a legal evidentiary capability • proactively and reactively, locate and eliminate classified data spillage • identify unauthorized active programs running on network(s) to include peer-to-peer communications, covert channels and alternate data streams • allow analysts and technicians to access multiple files/folders across an array of servers • accommodate the analysis of terabytes of data based on multi-layered security (classifications) • isolate data needed to be extracted • provide a sanitization capability to clean area of contamination to level of acceptance defined by DoD and NSA standards • comply with Federal Information Security Management Act (FISMA) of 2002 and the resulting NIST interpretation detailed in Special Publication 800-61, Computer Security Incident Handling Guide. • provide updates to ensure current signatures and libraries are maintained to meet the day-to-day threats and vulnerabilities identified as possible risks to network(s) • provide on-call support to assist in recovery and management of data, files and services • include software maintenance support to remediate and/or fix any deficiency releases needed to eliminate minor problems occurring after a major release; includes all system and security patches as well as required fixes • provide technical support to assigned personnel to ensure the continued operations with no lapse in current capability • respond to information detection system alerts to verify device(s) compromised • identify deviations from system baselines during INFOCON support to verify integrity of critical devices • be operational not later than 1 October 2008. Note: The vendor must provide a plan/timeline to have the system fully operational by the stated deadline. *The offeror will prepare a firm fixed price quote for each of the following items: The vendor will provide the following for the period of October 1, 2008 - Setember 30, 2009. CLIN 1 All the software licenses to meet all the above listed capabilities (two licenses/ one per network) CLIN 2 All required training, to include a training schedule for both on- and off site for 8 employees; cost must include required travel expenses for all Government and contractor personnel, including meals, lodging, rental cars, etc. CLIN 3 All required advanced training, to include a training schedule and travel, if required (off-site). Cost must include required travel expenses for all Government and contractor personnel, including meals, lodging, rental cars, etc. CLIN 4 All costs required for installation, testing, certification and accreditation, in order to meet operational readiness requirements CLIN 5 Provide maintenance and support of the software to include any upgrades and 24/7 customer service. CLIN 6 Provide all required hardware and ancillary equipment to make the system operational as needed and required. Provide any specialized tools or equipment, i.e. cabling or connectors, necessary for connection to multiple hardware platforms and devices CLIN 7 An option year to provide all software maintenance support and updates for October 1, 2009 - September 30, 2010. CLIN 8 An option year to provide all software maintenance support and updates for October 1, 2010 - September 30, 2011. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008, DFAR DCN 20080812 and AFFAR AFAC 2008-0605. The North American Industry Classification System code (NAICS) is 511210, Computer And Computer Peripheral Equipment and Software. The Standard Industrial Classification (SIC) is 5045. A firm fixed price contract will be awarded. Note: FAR 52.232-18 applies to this solicitation and procurement. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. DELIVERY ADDRESS: The software is to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration, FAR 217-5 Evaluation of Options, 52.232-18, Availability of Funds, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-2 Evaluation - Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical Capability and Past Performance.Technical capability and past performance, when combined, are equally important when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.217-8, Option To Extend Services, FAR 52.217-9 Option to Extend the Term of The Contract, FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control Of Government Personnel Work Product, 252.243-7001 Pricing Of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 03 September 2008 by 12:00 PM EST. Submit offers or any questions to the attention of Stephen Colton, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to stephen.colton@macdill.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d4dbb452ba900c57ed5843268cb15e90&tab=core&_cview=1)
 
Place of Performance
Address: Macdill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01653333-W 20080829/080827222544-d4dbb452ba900c57ed5843268cb15e90 (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  © 1994-2020, Loren Data Corp.