Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
MODIFICATION

70 -- Information Security Continuous Monitoring Capability Request For Information (RFI)

Notice Date
12/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-11-Q-00021
 
Archive Date
1/20/2011
 
Point of Contact
Sharee L. Richardson, Phone: 202-447-0624, Andrew H. Cole, Phone: 202-447-5586
 
E-Mail Address
sharee.richardson@dhs.gov, andrew.h.cole@hq.dhs.gov
(sharee.richardson@dhs.gov, andrew.h.cole@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Information Security Continuous Monitoring Capability Request For Information (RFI) Solicitation Number: HSHQDC-11-Q-00021 Notice Type: Sources Sought Description: Department of Homeland Security (DHS) is performing market research to determine industry interest and capabilities for information security continuous monitoring solutions. 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. DHS welcomes any and all constructive feedback/comments regarding this RFI. DHS is interested in identifying candidate solutions that may address one or more of the capabilities required by the Department to implement information security continuous monitoring and risk reporting. Based on the general requirements and technical capabilities, DHS is interested in identifying the information security continuous monitoring solutions and technical requirements which reflect industry best practices. General Requirements • Solutions must be capable of being implemented across a range of computing environments to include: o Diverse network domains, in which an enterprise is composed of multiple networked domains that may or may not have trusted relationships o Geographically diverse networks, in which a geographically-diverse enterprise that is interconnected through networks may or may not have sufficient bandwidth to support continuous monitoring o Disconnected computing assets, assets that are disconnected from an agency's enterprise even though the agency has to account for them (e.g. laptops, mobile devices) • Solutions must be scalable to a large agency with approximately 500,000 assets and capable of scaling to manage an estimated 600,000 events per second. • Solutions must define and operate in a near real-time manner. However, capabilities to support manual data integration and disconnected computing assets should be described. • Support National Institute of Standards and Technology (NIST) Security Content Automation Protocol (SCAP) where applicable. • Solutions should address capabilities and limitations associated with virtual computing platforms. • Solutions should address the need for both connected and disconnected update capabilities. The solution may need to operate in both a classified and unclassified environment. Within a classified environment, automated updates will not be available from the Internet. Continuous Monitoring Capabilities The following automated capabilities are desired by the Department. Industry solutions may address one or more of the following capabilities. 1. Hardware asset inventory discovery, monitoring, and management. a. Hardware includes any information technology assets. For example, servers, workstations, laptops, mobile device, network devices and appliances. 2. Software asset inventory discovery, monitoring, and management. 3. Hardware and software configuration management. a. Include support for security configuration settings specified by the United States Government Configuration Baseline (USGCB) 4. Patch management. 5. Vulnerability assessment and remediation. a. Capable to access the latest version of security benchmarks from external sources, e.g. National Vulnerability Database (NVD). 6. Malware protection. 7. Data loss prevention (DLP). 8. Security incident and event management (SIEM). 9. Log aggregation within a federated organization. 10. Performance reporting. General Instructions: 1. The Request for Information response shall include the following. a. Response to general requirements. Limit 4-pages. b. Statement describing how the proposed solution meets each continuous monitoring capability. Limit 3-pages per capability addressed. c. List the requirements for information security continuous monitoring that the submitter believes are addressed by the proposed solution. The requirements should reflect the unique capabilities or functions that that the solution provides in order to manage information security risk in a near real-time manner. Limit 5-pages per capability. d. Describe any recommended metrics the solution would enable the Department to address. Identify the type of metric (implementation, effectiveness/efficiency, or impact) as defined in NIST Special Publication 800-55 Revision 1, Performance Measurement Guide for Information Security. Limit 3 pages per capability. e. The Department of Homeland Security is interested in mature/developed solutions. Respondents shall provide information on previous deployments of the respondents' solution, and may include both government and commercial deployments that the respondent has performed. Include customer names and addresses, description of work performed/delivered, description of types/complexity of systems worked on, and description of strategies to accomplish the work. Limit your response to five (5) pages. f. Feedback and/or comments in regards to this RFI (optional). Limit three (3) pages. 2. Sales 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 parties shall submit an electronic copy of their responses via email to: Contract Specialist, Sharee Richardson; Sharee.Richardson@DHS.Gov. The due date and time for submission of responses is Wednesday, December 22, 2010 at 10:00 PM Eastern Standard Time. 5. No phone calls related to this Request for Information will be accepted. All correspondence shall be via email. 6. Any proprietary information contained in the response must be marked accordingly. 7. Respondents are solely responsible for expenses associated with this RFI. 8. Respondents will not be notified of the results of the review. 9. Respondents shall include their DUNS number and GSA Schedule Contract Number or GSA Government-wide Acquisition Contract Family and Number if applicable. Amendment 1: Government response to respondent questions (12/16/2010) 1. Question 1: For capabilities 6 and 7; are you looking for a product's capability to scan/audit for vulnerabilities in Malware and DLP systems, or, are you looking for a product that is capable of providing Malware protection and Data Loss Prevention? Response 1: The intent of this RFI is to solicit the types of best practices necessary for successfully implementing a comprehensive continuous monitoring program. The scope and range of capabilities should be provided by respondents based on their knowledge and experience. 2. Question 2: For capability 9: What type of aggregation is required and, what is the challenge associated with a federated organization as it relates to aggregation? Response 2: Capability #9 primarily refers to the data aggregation challenges to establish an enterprise-wide continuous monitoring program in relation to the first two bullets (range of computing environments, asset and event totals) under the general requirements section. The intent of this RFI is to solicit the challenges and possible solutions to data aggregation seen by industry. Any further clarification should be provided by respondents based on their knowledge and experience. 3. Question 3: For capability #10: Each capability typically has its own reporting functionality. Please describe what reports, functionality, or metrics DHS is looking for as a "performance reporting capability" as it relates to Continuous Monitoring? Response 3: The intent of this RFI is to solicit the types of capabilities and metrics available within industry to consider for enterprise continuous monitoring solutions. Any further clarification should be provided by respondents based on their knowledge and experience. 4. Question 4: Is there a current contract in place that is providing the same or similar work? Response 4: There is currently no incumbent contractor for the services as outlined in this RFI. Final questions are due December 22, 2010 by 12:00pm. Questions received after December 22, will not receive a response. Respondents should note that this RFI is being issued solely for information and planning purposes and does not constitute an Invitation for Bids (IFB), a request for Proposals (RFP), a Request for Quotation or an indication that the Government will contract for any items and/or services contained in this notice. All information received in response to this notice that is marked ‘Proprietary' will be handled accordingly. Responses to this notice will not be returned. In submitting a response, you are solely responsible and accountable for all of the expenses associated with your response. The following provision(s) is applicable to this notice and is hereby incorporated by reference: FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) the full text of this clause is available at: http://www.aqcuisition.gov/far/index.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-11-Q-00021/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20024, United States
Zip Code: 20024
 
Record
SN02345508-W 20101218/101216234146-d78686d74e2ba7a1680289f06b96c848 (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.