Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
MODIFICATION

70 -- RECOVERY--70--RECOVERY - Data Loss Prevention Software

Notice Date
6/23/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 Ft Myer Drive, Rosslyn, VA 22209
 
ZIP Code
22209
 
Solicitation Number
SAQMMA10Q0169
 
Response Due
6/23/2010
 
Archive Date
12/20/2010
 
Point of Contact
Name: Cynthia Harper, Title: Contract Specialist, Phone: 703-875-6218, Fax: 703-875-7370
 
E-Mail Address
harperc@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number SAQMMA10Q0169. 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. 186321_05. 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 2010-06-23 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Arlington, VA 22209 The Department of State requires the following items, Meet or Exceed, to the following: LI 001, Data Lose Prevention Software Solution Package for estimated 50,000 users for the base (first) year - License, 50000, EA; LI 002, Training provided as follows: a.Onsite subject matter expert 6 month (984 hours or 123 working days) b.Software mid to Senior level technical analyst/engineer Analyst/Engineer (HOURLY) Solutions Enablement-Solutions Specialist, 984, HOURS; LI 003, Travel Expenses, if applicable Not to Exceed - Subject to Joint Travel Regulations (JTR), 1, LOT; LI 004, Option Year One: Provide pricing for all CLIN items (CLIN 001 and CLIN 003)for the Option Year One., 1, LOT; LI 005, Option Year Two: Provide pricing for all CLIN items (CLIN 001 and CLIN 003)for the Option Year Two., 1, LOT; LI 006, Option Year Three: Provide pricing for all CLIN items (CLIN 001 and CLIN 003)for the Option Year Three., 1, LOT; LI 007, Option Year Four: Provide pricing for all CLIN items (CLIN 001 and CLIN 003)for the Option Year Four., 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 90 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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. 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.") 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. 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. All items requested are required to be on the vendors schedule contract as a precondition to its receiving the award order. Offers that include any items not on schedule with a total amount exceeding the micropurchase threshold at time of bid will not be considered. This procurement action is being funded with supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009 (ARRA), Pub. L. 111-5. It is the intention of the Department of State to issue a bilateral contract resulting from this solicitation, which, in addition to other contract clauses, will incorporate commercial contract clauses specific to ARRA procurements. Contract clauses will include: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Alternate II May 2009), 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Mar 2009), 52.204-11 American Recovery and Reinvestment ActReporting Requirements (Mar 2009), and 52.214-26 Audit and RecordsSealed Bidding (Mar 2009). In addition to following the invoicing procedures detailed in clause 01INV of the contract, the awardee must also submit a copy of all invoices to the Contracting Officer and/or Contract Specialist named on page 1 of the contract, for recording purposes. Failure to furnish a copy of all invoices accordingly may result in denied invoice approval and/or payment. (a) Definitions. As used in this provision: Foreign person means any person other than a United States person as defined below. United States person means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as provided under the Export Administration Act of 1979, as amended. (b) Certification. By submitting this offer, the offeror certifies that it is not: (1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel by Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking; or, (2) Discriminating in the award of subcontracts on the basis of religion. (a) The Department of States Competition Advocate is responsible for assisting industry in removing restrictive requirements from Department of State solicitations and removing barriers to full and open competition and use of commercial items. If such a solicitation is considered competitively restrictive or does not appear properly conducive to competition and commercial practices, potential offerors are encouraged to first contact the contracting office for the respective solicitation. If concerns remain unresolved, contact the Department of State Competition Advocate on (703) 516-1693, by fax at (703) 875-6155, or write to: U.S. Department of State, Competition Advocate, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712. (b) The Department of States Acquisition Ombudsman has been appointed to hear concerns from potential offerors and contractors during the pre-award and post-award phases of this acquisition. The role of the ombudsman is not to diminish the authority of the contracting officer, the Technical Evaluation Panel or Source Evaluation Board, or the selection official. The purpose of the ombudsman is to facilitate the communication of concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel, and work to resolve them. When requested and appropriate, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to contact the AQM contracting activity ombudsman, Lisa Million, at tel. 703-875-5230. For an American Embassy or overseas post, refer to the numbers below for the Department Acquisition Ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at a contracting activity level may be referred to the Department of State Acquisition Ombudsman at (703) 516-1693, by fax at (703) 875-6155, or write to: Department of State, Acquisition Ombudsman, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712. (End of provision) 52.214-20 Bid Samples (Apr 2002) (DEVIATION) a) Bid sample means a product sample required to be submitted by a bidder to show those characteristics of the offered products that cannot adequately be described by specifications, purchase descriptions, or the invitation for bid (e.g., balance, facility of use, or pattern). (b) Bidders must furnish four (4) DVD/CD-ROM copies of the entire DLP System/Application package requested CLIN(S) WITHIN 5 DAYS OF GOVERNMENT REQUEST. Only those bidders who submit a technically acceptable package based on the evaluation criteria will be requested to provide the four (4) DLP System/Application package samples at the final stages of the technical evaluation. If the bidder fails to submit samples on time, the Government will reject the bid and it will be noted as non-responsive. (c) The Government will test or evaluate bid samples to determine compliance with all the salient characteristics and solicitation provisions of this solicitation. The Government will reject the bid when the sample fails to conform to the required characteristics. Products delivered under any resulting contract must conform to: (1) The approved sample for the characteristics listed for test or evaluation; and (2) The specifications for all other characteristics. (d) Unless otherwise specified in the solicitation, bid samples shall be: (1) Submitted at no expense to the Government; and (2) Returned at the bidders request and expense, unless they are damaged/destroyed during pre-award testing. The Government will not be responsible for any damaged or destroyed DLP software. Alternate I (May 2002). (e) At the discretion of the Contracting Officer, the requirement for furnishing bid samples may be waived for a bidder if: (1) The Contracting Officer determines that the previously offered product was accepted or tested and found to comply with specification and other requirements for technical acceptability conforming in every material respect with those in this solicitation. The bid samples will be submitted to the following contact person at the address provided: Department of StateSA-6ATTENTION: Cynthia Harper1701 Ft Myer DriveArlington, VA 22209HarperC@state.gov703-875-6218 ***If Ms. Harper is unavailable to receive the samples, please contact Ms. Amanda Rogers at 703-875-5481 or email her at RogersAN@state.gov.*******Testing of each sample disk depends solely on each technical response. In order for a sample disk to be tested each technical proposal must respond to each item listed under technical evaluation criteria with detail documentation to validate response. The Government reserves the right to request samples from the vendors/bidders whose proposals receive an acceptable scoring from the technical evaluation panel (TEP) based on the listed evaluation factors of this solicitation. See Attachment C for complete evaluation and testing requirements. The offeror shall submit FOUR (4) DVD/CD-ROM copies of the entire DLP System/Application package requested CLIN(s)by the Government. Once the bid/quote/proposal is evaluated, the Government will request samples from the bidder with an 'acceptable' technical proposal. After the Systems Application software is tested on a PASS/FAIL Basis, a delivery order will be awarded to the Contractor whose System/Application software is lowest price technically acceptable and conforms to the specifications outlined in solicitation. Address to deliver the software is as follows: United States Department of State Office of Acquisition Management Suite 200 1701 N. Ft. Myer Drive (enter building via visitor entrance) Arlington, VA 22209 Attention: Ms. Cynthia Harper Phone: 703-875-6218 ***If Ms. Harper is unavailable, please contact the following: Alt contact 1:Amanda Rogers 703-875-5481 *The Govt. requires delivery of sample via express mail/courier or hand-carried methods.* Testing Checklist The following is the testing criteria that will be conducted by a Technical Analyst. The testing plan consists of a wide range of questions each technical analyst will be required to answer during each sample software testing. There will only be one test environment set up which the evaluators will share. The Government reserves the right to request that the bidder/vendor assist with the testing by installing their System/Application software on the test environment systems. The Government will indicate this to the bidder/vendor when the samples are requested. A full description of the testing checklist is outlined in Attachment C No payments will be made for any unauthorized supplies or services, or for any unauthorized changes to the work specified herein. This includes any services performed by the contractor of its own volition or at the request of an individual other than a duly appointed contracting officer. Only a duly appointed contracting officer is authorized to change the specifications, terms, and/or conditions of any awarded task/delivery order. "M" - Mandatory: Federal requirements govern by regulation or policy. Federal requirements includes: NIST, FIPS-140-2, OMB M-06-16, M-06-19, M-07-16, etc.;"R"- Required: Department of State requirements which are critical for current system Architecture; AR - Additional Requirements: Project requirements which are considered above minimum specifications. If a software product does have theseelements, it will be scored higher than those without. Technical: The vendor shall furnish the following Data Loss Software and it shall meet the minimum specifications outlined below: 1.Desktop (during use):a.)ability for Endpoint data loss prevention component to provide logging/audit as well as blocking capabilities for policy violating USB copies, CD/DVD copies, HTTP (such as webmail) transactions, IM, and File Transfer Protocol (FTP) transactions; (M)b.)Automatically send events to central management system for policy violations of interest; (R) c.)Endpoint data loss prevention must natively support Windows XP, Vista, and Windows 7; (M)d.)monitor of user-generated information; (M)e.)must support Endpoint data loss prevention detection based solely upon real-time file content data analysis; (M)f.)provide pop-up information notifications for policy violating actions when in logging/audit mode and pop-up notifications for blocking actions by the Endpoint data loss prevention; (R) g.)support of System Management Server/System Center Configuration Management (SMS/SCCM) to install agents; (R)h.)must NOT use than one data loss prevention agent for Endpoint Data Discovery, Audit and Control; (M) i.)must be able to protect data of interest by utilizing FIPS 140 encryption.(M) The Management System:a.)ability to provide different incident severity levels (such as classified data, VIP PII data; (M) b.)ability to provide higher severity amount data in an incident (such as hundreds or thousands of records as opposed to a handful of records); ( R)c.)automatically remediate network policy violations via blocking, forwarding to third-party encryption gateways, etc.; ( R)d.)manage DLP privacy and security policy definitions across Network, Endpoint, and Large Data Store Discovery data loss prevention in one console;(M) e.)manage Network, Endpoint, and Large Data Store Discovery data loss prevention in one console to ensure policy configuration and overall system health; (M)f.)meets OMB M-07-16, privacy requirements; (M) g.)provides a federated role based security control with limits for incident access for a role by policy, by department bureau, by country or geography, by severity or remediation status, by any user-defined custom attribute; ( R)h.)support automatic initiation of different notifications and remediation tasks based upon varying data loss prevention incident severity levels; (AR)i.)support simultaneous notification of different types of interesting traffic to multiple levels and types of system users; (M) j.)supports a maximum of one Microsoft Active Directory integrations for full integrations across Network, Endpoint, and Large Data Store Discovery data loss prevention; (R) k.)supports out-of-the-box integration with Remedy to generate IT tickets based upon any data loss prevention policy violating incident; (AR) l.)supports reporting information to Department of State iPost for integrated Security Content Automation Protocol (SCAP) and IT system; (R) Servers and Databases (at Rest):a.)Ability for Large Data Store Discovery data loss prevention to modify any of the files access or file modified dates; (M)b.)Ability to schedule Large Data Discovery scans during non-production hours including automatic pausing of scans; (M) c.)detect orphan files that have been retained beyond their useful life; (AR) d.)detect sensitive information on servers that may no longer serve a business purpose; (M) e.)Analyze hundreds of terabytes of stored data and identify stored data of interest; (R) f.)**meets OMB M-06-16/M-07-19, database extracts; (M) g.)**meets U.S. Federal Government FIPS 140-2 encryption across all databases and system to system communication; (M) h.)Must have capability to display full Microsoft ACLs for policy violating files; (R) i.)provide automatic remediation actions (quarantine, encryption, etc) for policy violating files found in Large Data Store Discover data loss prevention; (R)j.)Require Large Data Discovery data loss prevention natively mount each file server to scan for sensitive data; (R) k.)scan servers for PII; (M) l.)Support scanning of databases such as but not limited to Oracle, Microsoft and IBM db2 databases for sensitive data; (M) The network monitoring (In Motion): a.)detect patterns of PII (e.g., social security numbers, credit card numbers) in e-mail in transit; (M) b.)Monitor all e-mails including attachments, HTTP including files, FTP and all TCP/IP traffic; (M) c.)monitor e-mail messages, to detect Personal Identifiable Information (PII); (M) d.)Prevent classified data form entering Identify and prevent sensitive data to prevent its release to lower classification Department of States unclassified networks; (M) e.)reduce the risk of exposure of information sent by unsecured email; (R)f.)repetitive business activities that may require a secure (encrypted) email alternative; (AR) g.)supports BlueCoat certified solution for Network data loss prevention message blocking; (R) h.)Monitor all department traffic regardless of protocol going to the internet for data of interest and send events to centralized console.(M) Standards are based on: a.)*Provide five data loss prevention reference with more than 50,000 DLP users. *Must provide proof as in documentation*.b.)*Provide at least two if the 50,000 user references that are currently using Network, Endpoint, and Large Data Store Discovery DLP. (Sometimes referred to as Large Data Store Discovery; DLP is also referred to as Datacenter or Storage DLP) *Must provide proof as in documentation*c.)*Provide at least one company with certified encryption that supports Large Data Store Discovery DLP remediation. * Must provide proof as in documentation*d.)*Provide your DLP market share as rank by a major industry analyst (i.e. Gartner, Forrester, IDC, Burton Group) When and in what area?.* Must provide proof as in documentation* Standards are based on:Data in the three stages of rest:a.)Desk Top (in use)b.)Servers and Databases (At Rest)c.)Network monitoring (In Motion): d.)Centralized Management Software Suitee.)Vendors who meet all requirements listed under evaluation factor 1 will be required to help installing their System/Application software sample in test lab on government site (schedule date(s) to be provided later). The Government will be evaluating the bid(s) on the following Best Value Criteria: After the sample software system and technical proposals are reviewed, the cost proposal will be the determining factor. An award will be issued to the Contractor whose sample software and technical proposals are determined to best meet the needs of the Government after consideration of all factors. Each technical proposal should address every item listed under each factor in detail providing documentation as proof. *Note: The System/Application product will require documented proof and/or validation of compliance of requirement. Example: FIPS 140-2 must provide written confirmation from NIST or copy of signed certificate. Evaluation Factors1. Technical Evaluation Criteria2. Past Performance3. Whole System Criteria4. System/Application Testing - See Attachment C Scoring:Outstanding -Exceeds minimum specifications requirementsAcceptableMeets minimum specifications requirementsUnacceptableDoes not meet minimum specifications requirements Each technical team member does scoring independently. Testing of each sample disk depends solely on each technical response. In order for a System/Application disk to be tested each technical proposal must respond to each item listed under technical evaluation criteria with detail documentation to validate response. After completion of System/Application sample disk testing and a review of evaluation criteria a recommendation to the contracting officer will be made for award. Addenda to 52.212-1 - See attachment A. Evaluation Factor 4: Pricing/Cost will be submitted through the Fed Bid Marketplace. Windows XP Professional w/SP2 Windows Server 2003 Domain ControllersMS Internet Explorer 6 w/SP2Media Player 9Microsoft DirectX - 9.0cMDAC2.8 - wSP/1MS Java5.0.3810.0.NET Framework1.1 w/SP1.NETFramework2.0 w/SP2MS Office Professional Plus 2007 w/SP1 Visio Viewer 2007 w/SP1 Adobe Flash Player 10 MacromediaShockwave Player10.1Entrust PKI with DoS Certificates7eForms1.2Microsoft Office Communicator2005 1.0Symantec Endpoint Protection11Microscoft SMS Client 2003w/SP3Adobe Reader8.1Security Configuration Wizard for Windows XP 6.1Windows Installer 4.5Adobe Reader 9Microsoft Windows XP Professional with ENM-installed components SP3Internet Explorer 7 Internet Explorer 7 Security for XP OpenNet 7.00.00.04Microsoft Office Professional Plus with SP2 2007 SP2 WORKSTATIONS Pentium 4 Single-Core (3.4 GHz, 800 FSB) 2 GB DDR2 PC2-5300 RAM 60 GB Hard Drive Support for DirectX 9 graphics with: 128 MB of graphics memory (minimum) Pixel Shader 2.0 in hardware 32 bits per pixel 48x/32x CD-RW/DVD-ROM Drive 4 USB 2.0 (2-front and 2-rear) Ports Embedded dual 10/100/1000 BaseT Ethernet NICs WORKSTATIONS / SERVER Dual Xeon (2.33 GHz, 1333 FSB) 4 GB DDR2 PC2-5300 RAM 72 GB SAS Hard Drives Support for RAID Levels 0/1/5/624x CD-RW/DVD-RW4 USB 2.0 (2-front and 2-rear) PortsVideo controller with 8MB SDRAM video memory2 USB 2.0 PortsEmbedded dual 10/100/1000 BaseT Ethernet NICsBack-up Capability (unless backup is otherwise provided)(Future) Windows 7 (Future) Server 2008 The DoS shall have the right to require, at any time, that the Contractor make available to the DoS under this Agreement supplies available to the Contractors commercial customers. In this way the DoS seeks to ensure that it can obtain the benefits of new design enhancements and technological updates or advances for supplies currently on this Agreement. When requested or offered, the Contractor shall provide, within 14 calendar days of request, a technology refresh quote including the supplies so identified. In the event that the Contractor is no longer able to provide the supplies in this Agreement (because they are no longer being manufactured, for example), the Contractor may, with the approval of the DoS, remove the supplies from this Agreement. The Contractor shall provide substitute supplies which shall have the functional capabilities of the supplies originally provided and shall meet or exceed the original supplies' rated performance characteristics, at the appropriate discount The Government reserves the right to conduct the debrief of the unsuccessful bidders via e-mail. The Government will not hold on-site or oral debriefing for this solicitation. If the vendor/bidder does not complete and submit all attachments as indicated in this solicitation the bid will not be evaluated and will be labeled as 'non-responsive'. It is imparative that the bidder/quoter submit as instructed by e-mail to Cynthia Harper at HarperC@state.gov on or before 5 pm on June 23, 2010 to meet the evaluation criteria for submission. As prescribed in 16.506(e), insert the following clause:Indefinite Quantity (Oct 1995)(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum.(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after July 1, 2015.(End of Clause) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within [insert in the clause the period of time in which the Contracting Officer has to exercise the option]. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.(End of Clause) As prescribed in 17.208(e), insert a clause substantially the same as the following:Option for Increased Quantity -- Separately Priced Line Item (Mar 1989)The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.(End of Clause) As prescribed in 17.208(f), insert a clause substantially the same as the following:Option to Extend Services (Nov 1999)The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.(End of Clause) As prescribed in 17.208(g), insert a clause substantially the same as the following:Option to Extend the Term of the Contract (Mar 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months or five (5)years.(End of Clause) The noted line items are for information purposes and may not reflect the actual line items proposed. The vendor may propose a package that includes all of the line items, etc.; however, the proposed package must meet all of the DoS requirement for the Data Loss Prevention solution. No specific brand name is referenced in this solicitation, it is not the intention of the Government to name a specific brand for the DLP solution. Vendors are encouraged to provide the Government a DLP solution; however, it will be evaluated as per the technical and testing criteria to ensure it meets all of the DoS requirements. The quantities provided are the minimum and the Government reserves the right to increase quantities if needed as per FAR 52.217-6 and 52.217-7 SECURITY REQUIREMENTS: Security clearance levels of at least Secret will be needed for the Vendor Program Manager and Primary Vendor Point-of-Contact (POC) as well as all technical support staff that will be providing any technical, management or general support with this contract. Performance of this contract shall be in accordance with the attached DD Form 254, Department of Defense Contract Security Classification Specification. Since it will be necessary for some Contractor personnel to have access to classified or unclassified material and/or to enter into areas requiring a security clearance, each Contractor employee requiring such access must have an individual security clearance commensurate with the required level of access prior to contract performance. Individual clearance shall be maintained for the duration of employment under this contract, or until access requirements change. The Contractor shall obtain a Department of State building pass for all employees performing under this contract that require frequent and continuing access to Department of State facilities in accordance with DOSAR 652.237-71 IDENTIFICATION/BUILDING PASS. Authorization allowing the vendor to distribute software under a reseller or partner agreement for this solicitation. The vendor must provide a copy of the reseller or partner agreement for the DLP solution if applicable. The Government must be able to verify that the vendor is authorized to represent a manufacturer or distribute products on their behalf. This must be included in the technical portion along with the NIST certifications, etc. Please see Attachment A. Due to the sensitive nature of the connectivity, specific network diagram will not be provided until contract award, the information provided is based on the Department of State's disclosure for security information:1)How many network egress points need monitoring? A:There are 2 data egress point of presents. 2)How much data is being sent/received over each egress point? A:Average of 500 mbts. 3)How many web proxies in place? What is the average amount of traffic in megabits per second and peak connections per second? A: Each egress point has 1 cluster of web proxies with about 450 mbts average throughput. 4)How many email Mail Transfer Agents (MTAs) are in place? What is the average and peak messages per second? What is the average size of emails being sent? A:2 clusters about 50 mbts peaking at 100 mbts. 5)How many data locations for discovery are there and how much data is to be crawled? A:Two data centers with 4peta byte and growing.6) What is the required content detection rate, e.g. Accuracy rate (or put another way, False Positive Rate)? Is this rate "mandatory"? A: It is not a mandatory requirement but if the DLP solution that is proposed offers this option, it would be an added benefit for the technical portion of the proposal. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, socio-economics as well as price, among others.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA10Q0169/listing.html)
 
Place of Performance
Address: Arlington, VA 22209
Zip Code: 22209
 
Record
SN02186146-W 20100625/100623235221-defe70b97ee5d6434bb421c08e97c82d (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.