Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2010 FBO #3018
SOLICITATION NOTICE

D -- Market Research - RFI for End Point Profiler

Notice Date
2/26/2010
 
Notice Type
Presolicitation
 
Contracting Office
1701 N. Ft. Myer Dr., Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1019030118
 
Response Due
3/11/2010
 
Archive Date
9/7/2010
 
Point of Contact
Name: Lawanna Manning, Title: CONTRACT SPECIALIST, Phone: 7038756069, Fax:
 
E-Mail Address
manninglr@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1019030118. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 176020. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule 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 Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid 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 GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-03-11 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The Department of State requires the following items, Meet or Exceed, to the following: LI 001, Department of State (DoS) is performing market research to determine industry interest and capabilities for a network endpoint profiler. This capability shall identify and profile the behavior of all network endpoints (i.e., refer to the INTRODUCTION section below for additional details). This is a Request for Information (RFI) announcement only. This is not a solicitation or request for proposal and in no way commits the Government to award a contract. The Government does not intend to award a contract(s) based solely on the submissions of this RFI nor does it intend to pay for any costs incurred in response to this announcement. This RFI is solely intended for information and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for expenses associated with this RFI. Respondents will not be notified of the result of the review., 1, LOT; LI 002, MARKET RESEARCH REQUEST FOR INFORMATION (Capability Statement) Instructions: 1.The Request for Information (Capability Statement) response should be concise and focused and not exceed five (5) pages including cover pages, table of contents etc.2.Sale brochures, videos, and other marketing information materials are not solicited and will not be reviewed.3.Do not submit cost or price information with the response.4.Interested companies shall submit an electronic copy of their capability statements via email to (Contracting Specialist Lawanna Manning at ManningLR@state.gov). The due date and time for submission of responses is 10 a.m. EST time and March 11, 2010) 10 days after posting to FedBiz Ops)5.No phone calls related to this Request for Information will be accepted. All correspondence shall be via email. An interested party should be able to demonstrate, in any capability statements submitted, experience with program engineering, production control and delivery of modernized information technology systems. DoS may award one or more contracts to have access to the full range of expertise required. Experience may include: both government and commercial work that the offeror has performed., 1, LOT; LI 003, Demonstrated evidence may include, but not be limited to customer names and addresses, description of work performed/delivered, description of types/complexity of systems worked on, description of strategies to accomplish the work, description of communication strategies with the customer, and significant accounting and information technology issues resolved. Interested parties should be able to demonstrate their ability to perform these evaluations with only personnel that are U.S. citizens. Finally, offerors should include an analytical comparison of their capability in terms of the services requested in this RFI. All vendors with an appropriate product addressing the requirements set forth in the Potential Requirements are invited to submit a Capability Statement and contact information. The Capability Statement should discuss the products capabilities relative to potential requirements, the products requirements and any other pertinent information that would enhance the understanding of secure flash drives. Include a brief description of the respondents past experience providing similar services/supplies including the number of units sold. Additionally, respondents must have been in business supplying government customers not less than five years. Vendors must have a GSA schedule and should provide the contract number of that schedule. Any proprietary information contained in the capability statement must be marked accordingly. Interested sources may submit brief capability statements signed by a corporate official with authority to bind the company and verify that the company can provide a solution to the specifications identified herein., 1, LOT; LI 004, CONTENT: Company and Contact Information: 1.Company Name and Address;2.Contact Name, Title, Phone Number, Fax Number, and e-Mail Address;3.Organizational history and capabilities statement;4.Geographic location(s) of office(s) and number of employees at each domestic and international location; 5.Current Facility Clearance Level;6.General Services Administration (GSA) Schedule Contract Number(s); and7.GSA Government-Wide Acquisition Contract Family and Number(s)., 1, LOT; LI 005, INTRODUCTION The U.S. Department of State is seeking information and supply sources capable of providing real-time endpoint discovery and profiling from Commercial-Off -The Shelf (COTS) sources. The candidate endpoint profiler must include the following: Discover all network attached devices/endpoints (including network core infrastructure such as routers and switches, servers, workstations, printers, VoIP phones, network video cameras, badge readers, thin clients, virtual machines, UPS, FAX, turnstiles, etc.) in real-time or near real-timeRetrieve endpoint information from DHCP, DNS, and/or Active DirectorySupport SNMPv3 for queries of network devices including network switches and routers.Support SPAN traffic and Netflow records for identification of endpoint behaviors.Interpret traffic that may or may not include IETF 802.1Q VLAN tags.Identify endpoints and ingest behavioral attributes without residing in the same layer 2 domain.Associate routed traffic with the appropriate layer 2 address regardless of placement in the topology.Detect subscription to enterprise services including anti-virus, patch management, etc. (Symantec SEP and McAfee ePO), 1, LOT; LI 006, [continued from line item 005]Store asset inventory information in a database for all the discovered network endpoints, establish profiles for the endpoints, and allow search by attributes such as device types, locations, and etc.Use MAC address as the root of endpoint identity and treat contextual values such as IP Address, Operating System, etc. as transient, non-persistent attributes.Support CDP for identifying endpoints communicating with this protocolProvide white-lists of all authorized network endpoints and alert should an unauthorized device is attached to the networkSupport SNMP traps and Syslog events for notifications regarding endpoint events such as identity changes, notable changes in behavior, and conflicts in endpoint identity.Generate events when undesirable behavior or behavior conflicting with an endpoints assigned identity is detected.Continuously monitor the identity, behavior, addressing, and location of network endpoints; and report or alert should a device act anomaly (e.g. a printer begins to surf the web) Support detection of MAC Address spoofing Differentiate between a port that has an IP phone and a PC, a trunk port, and a port that has a hub or access point attached to itDisplay a chronology of endpoint history including location, addressing, and identityHave the configurable capability to log eventsContribute to efficient closure and remediate of IT security incidentsProvide tailored reports of endpoints based upon criteria such as device types, geo-locations, users, use history, and access control actions. The reports should support continuous monitoring and assessment of all network endpoints, 1, LOT; LI 007, [continued from line item 006]Assist Network Access Control solution deployment by creating exception lists for the endpoints that would not be under NAC controlsSupport a hierarchical deployment with distributed components and central management, capable of supporting at least 100,000 endpointsSupport High Availability for the centralized database and associated management functionsProvide a standalone solution without presence of any NAC or other authentication components Integrate well with the industry leading NAC / network-based authentication systemsSupport 802.1X enabled network by serving as an authentication data store for MAC Authentication Bypass authentication requests from a RADIUS serverProvide ease of use GUI (web-based via SSL) for system operation and administrationSupport the export of the central database for use in other enterprise systemsHave proven track record of successful global deployments over 200,000 endpoints and have significant evidence of interoperability with the industry leading NAC, 802.1X, and endpoint security vendors, 1, LOT; LI 008, [continued from line item 007]Additionally, the following features are desired, but not essential: Do not require installation of any additional software or agents onto Department of State assetsSupport the Trusted Computing Group standards, specifically IF-MAP events for event data related to endpoint identity monitoring and policy violationsProvide a number of predefined templates for endpoint identity, allow for the creation and tuning of additional endpoint identity containersSupport FIPS 140-2 certified encryption module utilizing 256-bit AES Key for encryption for all system communications This is not a solicitation or request for proposal and in no way commits the Government to award a contract. The Government does not intent to award a contract(s) based solely on the submissions of this RFI nor does it intend to pay for any costs incurred in response to this announcement. This RFI is solely intended for information and planning purposes and does not constitute a solicitation., 1, LOT; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Department of State (DoS) is performing market research to determine industry interest and capabilities for a network endpoint profiler. This capability shall identify and profile the behavior of all network endpoints (i.e., refer to the INTRODUCTION section below for additional details). This is a Request for Information (RFI) announcement only. This is not a solicitation or request for proposal and in no way commits the Government to award a contract. The Government does not intend to award a contract(s) based solely on the submissions of this RFI nor does it intend to pay for any costs incurred in response to this announcement. This RFI is solely intended for information and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for expenses associated with this RFI. Respondents will not be notified of the result of the review. Instructions: 1.The Request for Information (Capability Statement) response should be concise and focused and not exceed five (5) pages including cover pages, table of contents etc.2.Sale brochures, videos, and other marketing information materials are not solicited and will not be reviewed.3.Do not submit cost or price information with the response.4.Interested companies shall submit an electronic copy of their capability statements via email to (Contracting Specialist Lawanna Manning at ManningLR@state.gov). The due date and time for submission of responses is 10 a.m. EST time and March 11, 2010) 10 days after posting to FedBiz Ops)5.No phone calls related to this Request for Information will be accepted. All correspondence shall be via email. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. 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.")
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019030118/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02077410-W 20100228/100226235026-38602e0ead53b5be5c1cc3ac401628ed (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.