Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
MODIFICATION

70 -- NETWORK SECURITY MONITORING INITIATIVE

Notice Date
5/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA10Q0134
 
Archive Date
6/1/2010
 
Point of Contact
Vincent J Sanchez, Phone: 703-875-6629
 
E-Mail Address
SanchezVJ@state.gov
(SanchezVJ@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number is SAQMMA10Q0134 and is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000.00 employees. This requirement is a full and open competitive requirement. The Department of State (DoS) Office of Computer Security (CS) uses numerous tools and products to ensure the security posture of the Department’s unclassified OpenNet system. One of the critical capabilities required by the Monitoring and Incident Response Division (MIRD) and the Cyber Threat Analysis Division (CTAD) is the ability to capture and store several weeks of complete network packet traffic. This capability allows the Computer Network Defenders (CND) to replay activity on the network to support investigation and remediation of incidents and threats. The Department of State requires a commercial product that can perform the following specifications: The offered solution must be able to: Facilitate Identification of Malicious Email; Provide Enhanced Analytics; Provide Packet Capture Capability; Provide Alerting Capability; Provide anomaly detection capabilities; Provide Insight into Lateral Activity which is defined as moving from resource to resource while conducting malicious behavior; The offered solution must Identify Insecure Protocols and Practices; Must Provide Warning and Indication Capability; Must Provide Drill-Down Capability for Ambiguous Data; Must Reduce Time Required for Locating and Reconstructing Sessions; Must Comply with Integration and Operational Support Requirements which means it must physically integrate with standard datacenter racks and be supported by standard Datacenter environmental controls (e.g. power (110v) and air conditioning. The system must monitor traffic flow both inside and outside point-of-presence firewall stacks at two locations. Interface speeds will be gigabit copper and expect an average of fifty percent utilization. Full packet capture analysis will be performed using this system with a sixty day data retention requirement. Physical capture methods will be through both span ports and TAPS. The system will be centrally managed, but analysis will be done through the user interface from multiple locations. Complies with FISMA, OMB A-11 and M-06-15 regulatory mandates. Tuned for FISMA, NIST FIPS 200, SP-800-37, HSPD #12 requirements. If your firm offers a commercial product that can meet or exceed the above specifications please respond to this combined synopsis/solicitation and your firm’s offer will be evaluated using commercial evaluation procedures as outlined in FAR 52.212-2 where technical capability will be more important than price, and technical capability will be more important then all other factors when combined. The following factors are in order of importance: Technical Capability - defined as the ability to meet or exceed the performance criteria outlined above. Delivery Schedule - planned timeline to implement your firm's offer. Past Performance - successful demonstration that your firm is qualified based on similar past experiences at least three (3) points of contact that have been end-users of your firm's solution or similar solution must be included with this offer. Price - total overall estimated price which includes all costs required to implement your firm's offer successfully. Due to the sensitive nature of the Department’s internal cyber-security system, network diagrams, network taps, use of span ports at the capture locations and other related information will only be reserved for the awardee that receives the award, for quoting purposes, in the absence of this type of aforementioned information the Government provides the following general scope for offerors to consider when preparing their offer: The Government will need 20 licenses; along with maintenance and support for those licenses on an annual basis. In addition, all offers should include their proposed system and software combination to service 20 users along with On-site Installation/Configuration services that may include appliance rack and stack and initial configuration, along with a one week User training Orientation for up to twenty (20) users; Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been "substantially transformed" in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered "substantially transformed" based solely on its integration into IT or other systems. 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 comply with the below terms and conditions, failure to comply may result in an offer being determined as non-responsive CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Offerors are cautioned to address each specification completely when submitting their offer. Offerors that do not address each specification fully may be rejected without further consideration. NOTE: Offerors quoting a brand name product that are not the manufacturer or an authorized distributor of the brand name product MUST submit a signed letter from the manufacturer of the brand name product stating the following: "Manufacturer, has agreed to supply brand name product to Your company for the purpose of providing the supplies to the DoS." Letter MUST be on the manufacturers company letterhead and submitted via fax to 703-875-6006, ATTN: Vincent J. Sanchez by the closing date of this announcement. This MUST be provided in order to be considered for award. NO EXCEPTIONS All Shipping must be Included in Offered Rates, the Government recommends delivery, install and training to be completed 180 days from award. All Questions must be submitted electronically to the point of contact listed on this notice by May 4, 2010. **Offer due date has been extended to Monday
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA10Q0134/listing.html)
 
Place of Performance
Address: Greater DC Metropolitan Area, Rosslyn, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN02147595-W 20100514/100512235028-8233e7c36c03de71e6ad0b75475320d0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.