Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOURCES SOUGHT

70 -- UNIX Patch Management Solution

Notice Date
3/25/2011
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F, 200 Third Street, Parkersburg, West Virginia, 26106-5312, United States
 
ZIP Code
26106-5312
 
Solicitation Number
RFI-OIT-11-0044
 
Archive Date
3/25/2012
 
Point of Contact
BJ/GB, Fax: 304-480-7203
 
E-Mail Address
psb3@bpd.treas.gov
(psb3@bpd.treas.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of the Treasury, Bureau of the Public Debt (BPD), on behalf of Treasury's Fiscal IT Initiative, is seeking sources for the following: OVERVIEW/BACKGROUND Securing the IT infrastructure is a key challenge for Public Debt. The successful execution of our daily business relies on mission essential applications and related systems to flawlessly carry out complex information technology operations, while remaining secure. Public Debt must have assurance that deployed security processes and policies measure up to internal security policy and external standards and regulations. Automated patch management tools are needed to maintain control over the computing environment, conduct internal reviews, and improve audit posture. Virtualized environments add another layer of complexity. Patch compliance is a requirement and cannot be achieved without automated solutions. OBJECTIVES There are several objectives addressed in the Performance Work Statement: 1. Provide a UNIX Patch Management solution/toolset (UPMS/T) that works for the following Fiscal IT platforms: RedHat Linux, Solaris, AIX, and HP-UX. 2. Provide on demand technical support to Fiscal IT technical staff for the selected UPMS/T for technical issues, outtages, service interruptions, and system maintenance. 3. Provide Fiscal IT staff with industry best practices for usability of the selected UPMS/T. Assist Fiscal IT staff in developing processes and procedures to achieve successful automation using the selected UPMS/T. The UNIX Patch Management solution/toolset will help preserve Public Debt's reputation for delivering high-performing, highly available business services in support of Treasury's mission. By helping to properly secure UNIX systems with automated software patching, the solution will strengthen Public Debt's overall security posture, reduce downtime for our critical systems and services, reduce firefighting, minimize mean time to repair (MTTR), and help to meet service level agreements (SLAs)and key IT Service Management (ITSM) objectives. Automated UNIX patching is also considered a best practice by IT organizations that apply the IT Infrastructure Library (ITIL) recommendations for security, cost reductions, and efficiency. REQUIREMENTS - SYSTEM UNIX Patch Management Solution/Toolset Requirements: • Identify vulnerabilities associated with operating system software • Schedule and test remediations • Remediate vulnerabilities addressable by patches associated with OS software in a scheduled and automated fashion • Evaluate the effectiveness of the remediation • Track all Patch Management activities • Report the patch security posture of individual Unix/Linux systems • Provide reports and tracking information REQUIREMENTS - PROFESSIONAL SERVICES Contractor will provide professional services to support the following: • Installing and troubleshooting toolset and requirements • Develop templates and policies for targeted environments • Support the development of standard operating procedures - daily operations, monitoring checklists and incident response SOPs (Public Debt administrators and operations should be able to maintain the system when the engagement is complete) • Configure and train staff to manage file-by-file, OS-by-OS, system-by-system, & virtual host configurations for end-to-end patch compliance. • Develop dashboard and console views • Develop inventory and discovery methodologies for targeted infrastructure • Develop audit procedures for periodic reviews • Develop standard and custom reports to support auditing and metrics reporting • Develop integration with Change/Release Management system and change detection/alerting processes • Develop and support integration with Configuration Management Database and processes • Provide training for administrators and operations staff Qualified contractors shall provide the following: 1. The software being offered, the software's technical capabilities, any Government agencies currently using this software and the contact information for the agency. 2. The name and location of your company, contact information, and identify your business size (Large Business, Small Business, Disadvantaged Business, 8(a), Service Disabled Veteran Owned Small Business, HubZone, etc.) based on NAICS Code 511210, size standard $25.0m. Please ensure contact information includes the name of the point of contact, email address, and telephone number should the Government have questions regarding individual responses. 3. Whether your products/services are available through a Government contract vehicle (please provide contract number) or Open Market. 4. A brief capabilities statement (not to exceed 5 pages) that includes a description of your company's standard line of business, as well as a list of customers your company currently provides these products/services for. 5. Contractors should provide their DUNS, if applicable. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered:.bat,.cmd,.com,.exe,.pif,.rar,.scr,.vbs,.hta,.cpl, and.zip files. Microsoft Office compatible documents are acceptable. No other information regarding this Sources Sought Notice will be provided at this time. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this notice are advised that their response is not an offer that will be considered for contract award. All interested parties will be required to respond to any resultant solicitation separately from their response to this notice. NO SOLICITATION IS AVAILABLE. A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Notice. Telephone responses to, or inquiries about, this Notice will NOT be accepted. Responses to this Notice must be submitted no later than 2:00 p.m. ET on April 8, 2011 and must be submitted electronically to PSB3@bpd.treas.gov, Attn: Fiscal IT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BPD/DP/RFI-OIT-11-0044/listing.html)
 
Place of Performance
Address: 200 Third Street, Parkersburg, West Virginia, 26101, United States
Zip Code: 26101
 
Record
SN02409788-W 20110327/110325234802-1ae395bc0388e133ad97c1dad8c32b27 (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.