Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SOLICITATION NOTICE

70 -- Security Event Logging and Management

Notice Date
7/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUJ01182AC01
 
Archive Date
8/6/2011
 
Point of Contact
Melissa A Robertson, Phone: 813-828-6570, Alyson Gowin, Phone: 813-828-1872
 
E-Mail Address
melissa.robertson.3@us.af.mil, alyson.gowin@macdill.af.mil
(melissa.robertson.3@us.af.mil, alyson.gowin@macdill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial product prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is F2VUJ01182AC01. This acquisition is set aside for 100% small business competition. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Security Event Logging and Management software license upgrade. DESCRIPTION OF REQUIREMENT CLIN 0001 - All software licenses to meet all the listed capabilities. Licensing required to support two networks (NIPRNET and SIPRNET). POP is 1 October 2011 to 30 September 2012. CLIN 0002 - Required training, to include a training schedule for on-site, off-site, and virtual training for 12 employees. POP is 1 October 2011 to 30 September 2012. CLIN 0003 - All costs required for installation, testing, certification and accreditation, in order to meet operational readiness requirements. POP is 1 October 2011 to 30 September 2012. CLIN 0004 - Provide maintenance and support of software to include any upgrades; provide 24/7 customer service with response within 4 hours. POP is 1 October 2011 to 30 September 2012. CLIN 1001 - Provide maintenance and support of software to include any upgrades; provide 24/7 customer service with response within 4 hours. POP is 1 October 2012 to 30 September 2013. CLIN 2001 - Provide maintenance and support of software to include any upgrades; provide 24/7 customer service with response within 4 hours. POP is 1 October 2013 to 30 September 2014. CLIN 3001 - Provide maintenance and support of software to include any upgrades; provide 24/7 customer service with response within 4 hours. POP is 1 October 2014 to 30 September 2015. CLIN 4001 - Provide maintenance and support of software to include any upgrades; provide 24/7 customer service with response within 4 hours. POP is 1 October 2015 to 30 September 2016. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Funds are not currently available for this contract. Funding won't be available until 1 Oct 2011 due to this requirement utilizing FY12 funds. Please provide a BRAND NAME OR EQUAL quote. If an or equal quote is submitted, the proposal will be sent to the technical advisor for compatibility verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHOULD DESCRIBE THOROUGHLY HOW THEIR PRODUCT MEETS ALL THE CHARACTERISTICS LISTED BELOW. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. Below is a description of the requirement and license necessary. USSOCOM currently utilizes Splunk with 120 GB licensing installed and is considering increasing the license amount by 70 GB. This requirement is for the upgrade of those licenses. To satisfy this requirement the solution must be an upgrade to the Splunk licensing using Splunk licensing or be considered an "or equal" product to Splunk licensing and are furnishing a new proposed solution. If proposing a new solution, the proposal must include the following at a minimum: cost of the licensing, servers, hardware, software, implementation, installation, training and travel necessary to get your solution up and running immediately following award of this requirement on 1 October 2011. In response to CJCSI 6510.01D, Information Assurance and Computer Network Defense (CND), and Overseas Contingency Operations (OCO) support requirements for the Warfighter, USSOCOM has employed Splunk with 120 GB licensing to provide the capability of centrally viewing network security status across the entire USSOCOM enterprise infrastructure in real time. USSCOCOM needs additional licensing (70 GB) to satisfy an increased utilization of the Splunk tool to search, report, monitor, and analyze streaming and historical data from a multitude of devices across the enterprise, which includes five physical sites and two separate networks at each site. The increased licensing will be utilized to assist the Splunk tool in conducting centralized security operations viewing of security logs, security events and produce a consolidated listing (using a common taxonomy to describe events) of correlated security events from multiple devices (100 Microsoft Servers, 20 Unix Servers, 8 Cisco Firewalls, 2 Sidewinder Firewalls, 5 Proxy Servers, 3 McAfee ePO servers (HBSS console), 60 Cisco Routers, 40 Switches, 6 Websense filters, 2 Bluecoat web filters, 20 Sourcefire IDSs) worldwide in order to protect the enterprise from security incidents, malicious intrusion and cyber attacks. The additional licensing solution must seamlessly integrate with existing Splunk enterprise perpetual licensing to create an aggregate license of 190 GB that can be divided as desired per site. It will support the continued tool capabilities to include but not limited to: ability to search billions of events in seconds on a single commodity server (government provided Dell 815, Dual CPU, 12 core, 2.3 GHz, 6 - 300 GB hard drives with Microsoft Server 2008 R2); investigating security incidents in minutes; troubleshooting or diagnosing malfunctioning applications; and allowing continuous monitoring in efforts of avoiding service degradation or outages. It must also support automatic load balancing to optimize workloads and response times and must enable redundancy and built-in failover support. Also, it must allow the ability to store data to a SAN or other storage device to meet long term storage needs (90 days local storage, 1 year external storage (SAN/NAS)). The increased licensing shall support Splunk indexes of any kind of IT data (e.g.; Syslog, WMI, SNMP trap) from any source in real time. The solution should support Splunk indexing of all IT data without the need for any specific parsers or adapters to purchase, write, or maintain. The licensing must support a distributed architecture to allow the search of multiple deployments within the USSOCOM Enterprise. USSOCOM's network monitoring effectiveness will be diminished without this increase in licensing. Furthermore, a lack of sufficient licensing precludes the appropriate visibility of potential risks and limits the ability to quickly identify and mitigate vulnerabilities, which could lead to unauthorized personnel or hacker access, denial of services and/or compromised data. This type of activity will pose additional risks to operational SOF missions worldwide. Proposed solution for USSOCOM must: • Seamlessly integrate with existing Splunk perpetual licensing if proposing an upgrade the current Splunk licenses. • Allow division of aggregate licensing across all five sites for two separate networks at each site. • Be interoperable with USSOCOM's current enterprise monitoring tool: Splunk if proposing an upgrade the current Splunk licenses. • Support scalability for potential future growth. • Run on a Microsoft Windows platform (Microsoft Windows Server 2008 R2). • Support normal operations and capabilities of the Splunk tool, to include but not limited to: centralized security logging and monitoring of security events; correlation of security events from multiple devices; audit log integration from applications, operating systems and network logs; rapid and thorough identification of computer incidents occurring on any nodes, regardless of physical or network location; analysis of multiple files/folders across an array of servers and support the ability to review both unique closed networks and standalone systems. • Include maintenance support to remediate and/or fix any deficiency or eliminate minor problems. • Provide on-call support to assist in recovery and management of data, files and services. • Provide technical support to assigned personnel to ensure the continued operations with no lapse in current capability. • Meet the standards of DODI 8500.2, Information Assurance (IA) Implementation. • Be delivered not later than 1 October 2011. Proposed solution for USSOCOM must not: • Require additional hardware and/or software if proposing an upgrade the current Splunk licenses. • Preclude government from meeting required vulnerability management standards. • Inhibit or impede current Splunk functionality if proposing an upgrade the current Splunk licenses. • Restrict aggregate license division as required by the government. • Prevent USSOCOM from electing to use licensing on closed networks or standalone systems. • Require specific parsers or adapters to purchase, write, or maintain. • Limit the ability to store data to a SAN or other storage device for long term storage needs. • Restrict the aggregate number of devices that can be monitored. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 5 Jul 2011, DFAR DPN 20110629 effective 29 Jun 11 and AFFARS AFAC 2011-0421. The North American Industry Classification System code (NAICS) 511210 Software. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the offeror that is determined to be technically acceptable and in the best interest of the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement and all characteristics in the attachment (ii) price; (iii) past performance (see FAR 15.304); Offeror shall submit 2 references Technical and past performance, when combined, is approximately equal to price when being evaluated. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) DELIVERY ADDRESS: The software is to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7 Central Contractor Registration; FAR 52.209-6 Protecting the Government's Interest; FAR 52.211-6 Brand Name or Equal on RFQ; FAR 52.212-1 Instruction to Offerors-Commercial Items; FAR 52.212-4 Contract Terms and Conditions; FAR 52.217-5 Evaluation of Options; FAR 52.232-18 Availablity of Funds; FAR 52.247-34 F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3 Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.204-10 Reports on Subcontracting; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Cotnractors Debarred, Suspended or Proposed for Debarment, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-14 Limitations on Subcontracting, FAR 52.219-28 Small Business Representations, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.217-8 Option to Extend Services (fill-in = 30 days); FAR 52.217-9 Option to Extend the Term of the Contract (fill-ins = 60 days, 30 days respectively). The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 (Alt 1) Required Central Contractor Registration; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications;. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3 Gratuities, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7001 Buy American Act and Balance of Payment Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.225-7036 Buy American Act, Free Trade Agreements, Balance of Payment Programs, DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Requests for Equitable Adjustment, DFARS 252.247-7023 Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 22 July 2011 by 9:00 AM EST. Submit offers or any questions to the attention of Melissa Robertson 6 CONS/LGCB by email to melissa.robertson@macdill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJ01182AC01/listing.html)
 
Place of Performance
Address: US SOCOM, MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02493988-W 20110710/110708235403-ad351dc49b4195582931f82c4b60b18e (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.