Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

70 -- Brand Name or Equal requirement for a McAfee Network Threat Response solution

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
W9115U-09-T-0016
 
Response Due
9/24/2009
 
Archive Date
11/23/2009
 
Point of Contact
Christopher W. Chapple, 254-288-9539
 
E-Mail Address
US Army ATEC Contracting Activity
(christopher.chapple@conus.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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. The solicitation number W9115U-09-T-0016 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-36. In accordance with FAR 19.502-2 this solicitation is a 100% Service-Disabled Veteran Owned Small Business set-aside. The associated NAICS code is 511210 and small business size standard is $25 million. This is a Brand Name or Equal requirement for a McAfee Network Threat Response solution. The Intrusion prevention system (IPS)/Intrusion Detection System (IDS) shall have the ability to specify traffic to be blocked by attack or by policy right down to individual host level. Supports advanced alert handling and forensic analysis capabilities for real time and historic alert viewing. It is imperative that the quality of the signatures is beyond question, since false positives can lead to a Denial of Service condition. The user must be able to trust that the IPS is blocking only the user selected malicious traffic. New signatures should be made available on a regular basis, and applying them should be quick (applied to all sensors in one operation via a central console) and seamless (no sensor reboot required). Packet processing rates must be at wire speed under real-life traffic conditions, and the device must meet the stated performance with all signatures enabled. Headroom (memory and hard drive capacity) should be built into the performance capabilities to enable the device to handle any increases in size of signature packs that may occur over the normal life expectancy (3 years). Packets should be processed quickly enough such that the overall latency of the device is as close as possible to that offered by a layer 4 device such as a firewall or load-balancer. System must have redundant fail-safes technology that will ensure that the IPS and IDS devices do not become a single point of failure in a critical network deployment. The list of items in the McAfee Network Threat Response solution and salient characteristic are as follows: Line item 0001: 12 each MFE Network Threat Response A100 Sensor Appliance HW (1Gbps), P/N NAP-A100-NTR (Brand Name or Equal to McAfee), Salient characteristic: must supports up to 1 Gbps performance throughput with 3-1gigabit Ethernet ports and 1 dedicated management port (1GbE). Must supports SPAN Port monitoring, Network TAP Intrusion Detection System (IDS) and Decoy (honey pot) modes of operation. Requires in-line operation with fine-grained granularity and control in terms of deciding exactly which malicious traffic is blocked. Line item 0002: 24 each MFE Network Threat Response A100 Sensor Appliance HW (1Gbps) 1 YR Gold Software Support, P/N NTR-SKU-A100-GOLD (Brand Name or Equal to McAfee). See McAfee Gold Technical Support characteristic below. (2-Gold Software Support agreements for each A100 Sensor Appliance to cover 2 years of service) Line item: 0003: 10 each MFE Network Threat Response ACC Control Center Appliance HW (Management Console) P/N NAP-ACCM-NTR (Brand Name or Equal to McAfee), Salient characteristic: must supports multiple sensors and have 4 dedicated management ports (1GbE). Must support in-line operation with fine-grained granularity and control in terms of deciding exactly which malicious traffic is blocked. Line item 0004: 20 each MFE A-CC-HW Standard 1yr Gold + NBD HW Sppt, P/N NYVACCMASM (Brand Name or Equal to McAfee). See McAfee Gold Technical Support characteristic below. (2-Gold Software Support agreements for each ACC Control Center Appliance to cover 2 years of service) Line item 0005: 250 each MFE Network Threat Response A50VM Sensor Virtual Appliance SW (VMware) + 1 YR Gold Maint., P/N NYVACCMASM (Brand Name or Equal to McAfee), Salient characteristic: must support up to 500 Mbps performance throughput and SPAN Port monitoring, Network TAP (IDS) and Decoy (honey pot) modes of operation. See McAfee Gold Technical Support characteristic below. Line item 0006: 250 each MFE Net Threat Resp A50VM, 1 YR Gold level maintenance service, P/N TVMYCM-AA (Brand Name or Equal to McAfee). See McAfee Gold Technical Support characteristic below. ( additional Gold Software Support agreements for each MFE Net Threat Resp A50VM to cover 2 years of service) Line item 0007: 2 each MFE Network Threat Response Signature Studio 1 YR, PN TSSGIE-AA (Brand Name or Equal to McAfee) Salient characteristic: Signature SW generates signatures for analyzing network traffic. Must support updates from manufacture and locally created signature packets. Must support development of multiple profiles of signatures that can be push out when you update IDS appliances. (2 MFE Network Threat Response Signature Studio to cover 2 years of service) McAfee Gold Technical Support: 24/7/365 live support: Toll-free (where available) telephone support, Online chat support, Remote management service, Email support, with a 24-hour response charter, Multi-lingual support at no extra charge, Unlimited support incidents, Unlimited support contacts. Online Technical Support ServicePortal (one-stop shop for Technical Support assistance website): Open and track technical support cases and case history, Search KnowledgeBase and FAQs for technical solutions, Receive alerts on product patches, product upgrades, and more, Receive proactive email notification on your open cases, Ability to customize user profile and update account information, Online tools to aid in quicker issue resolution. Downloads: Product updates and upgrades, including new product versions, Daily DATs, signature and agent files, and engine updates, Security patches. Malware submissions (anti-virus only): Malware analysis service through McAfee WebImmune, Real-time analysis of file with three resulting options ( No virus found, Immediate DAT creation (if applicable)), Inconclusive result which will then be escalated to an engineer for additional research ), Available online, 24/7/365. Access to the McAfee Global Solutions Lab (GSL): Scheduled access to our Global Solutions Lab (GSL) to plan product roll-out or testing, GSL provides access to McAfees products anywhere in the world and is available via remote connection or onsite (Plano, TX, USA), Connectivity to multiple, changeable configurations of McAfee products for testing, training, and evaluating, Secure Internet connectivity provides access to your lab environment without having to purchase or transport products to your facilities, Available 24 hours a day, 7 days a week. All items in this RFQ are to be delivered 30 days after receipt of order to High Performance Computing Modernization Program Office, 10501 Furnace Road Suite 101, Lorton, Virginia 22079, FOB Destination. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.211-6 (Brand Name or Equal), FAR 52.212-1 (Instructions to Offerors- Commercial Items), FAR 52.212-3 (Offeror Representations and Certifications Commercial Items) Offerer shall complete a copy electronically at http://orca.bpn.gov. Clauses: FAR 52.204-7 (Central Contractor Registration), FAR 52.212-4 (Contract Terms and Conditions Commercial Items), FAR 52.212-5(a) (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), FAR 52.219-6 (Notice of Total Small Business Set Aside), FAR 52.219-28 (Small Business Representation), FAR 52.222-3 (Convict Labor), FAR 52.222-19 (Child Labor), FAR 52.222-21 (Prohibition of segregated facilities), FAR 52.222-26 (Equal Opportunity), FAR 52.222-36 (Affirmative Action for Workers with Disabilities), FAR 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration), FAR 52.252-2 (Clauses Incorporated by Reference), DFAR 252.204-7004 Alternate A (Central Contractor Registration), DFAR 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), DFAR 252.225-7001 (Buy American Act and Balance of Payments), DFAR 252.232-7003 (Electronic Submission of Payment Requests). INSTRUCTIONS TO OFFERORS: The Government will award a purchase order resulting from this RFQ to the responsible offeror with the lowest price. All responsible sources may submit a quote which shall be considered by the agency. This is an all-or-none procurement for new items only. The contractor shall be registered in Central Contractor Registration (CCR) Database in order to receive an award. The web site address for registration is http://www.ccr.gov/. The due date for receipt of quotes is September 24, 2009 at 4:30 PM Central Standard Time. Please submit all quotes to the following email address amsca.atec@us.army.mil. All quotes shall be marked with W9115U-09-T-0016. The government contemplates award of a Firm Fixed Price purchase order resulting from this RFQ. For information regarding the solicitation contact Christopher Chapple at amsca.atec@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/TECOM/DATM01/W9115U-09-T-0016/listing.html)
 
Place of Performance
Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
Zip Code: 76544-0770
 
Record
SN01964776-W 20090924/090923000332-97bf9c34b7b89c6a6ada74f9fb735de8 (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.