Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

70 -- MetaFlows Network Security Appliance and Associated Software Subscriptions - Attachment 1 - Description of Requirement - Attachment 3 - Brand Name Justification - Description 2 - Clauses and Provisions

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
National Transportation Safety Board, National Transportation Safety Board, Acquisition Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
 
ZIP Code
20594
 
Solicitation Number
PUR170317
 
Archive Date
10/4/2017
 
Point of Contact
Matt Hazlinsky, Phone: 202-314-6205
 
E-Mail Address
matt.hazlinsky@ntsb.gov
(matt.hazlinsky@ntsb.gov)
 
Small Business Set-Aside
N/A
 
Description
Clauses and Provisions applicable to the RFQ Brand Name Justification Description of Items Required under CLIN 0001 Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement is PUR170317. This solicitation is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This requirement is issued on an unrestricted basis. The associated NAICS code is 334111, "Electronic Computer Manufacturing". This requirement is being procured in accordance with FAR subpart 13.5, Simplified Procedures for Certain Commercial Items. Background The National Transportation Safety Board (NTSB) is an independent Federal agency with the primary missions of investigating civil aviation accidents in the United States and significant accidents in the other modes of transportation -- railroad, highway, marine and pipeline -- and issuing safety recommendations aimed at preventing future accidents. The National Transportation Safety Board (NTSB) Office of the Chief Information Officer (OCIO) has a requirement for a brand name Metaflows, Inc. multifunction cyber security platform which provides Deep Packet Inspection(DPI), Intrusion detection and Intrusion Prevention along with advanced malware analysis. These capabilities are required to support cyber incident response and fulfill OMB M1725 (Office of management and budget memorandum 1725) mandated FISMA Audit 2017 requirements within the agency: The following are mandated components and functionality stipulated by the OMB directive: • Ability to fulfill following requirements within FISMA Title III of the E-Government act of 2002: CA-7 continuous monitoring, IR-5 incident monitoring, SI-3 intrusion detection tools and Techniques, CM-4 monitoring configuration changes • Meet the IDS/IPS standards defined in NIST 800-94 "Guide to Intrusion and Prevention Systems" • Intrusion Prevention system: Ability to prevent cyber intrusions without being an inline device. Runs entirely in software and can scale to 10 Gbps of network traffic on commodity hardware. Runs in passive mode (not inline) and provides intelligent technology to block unwanted traffic (ransom-ware, bots, spyware, P2P, Malware etc.) • Exfiltration detection investigation capabilities: Flow, Log, and Packet analysis and Correlation) • Sandboxing of attachments and web links for malware detection • Outbound encryption and exfiltration detection capability through Deep Packet inspection • Provide industry standard cyber threat intelligence • Insider threat detection capability per executive order 13857: Ability to detect PII and sensitive data exfiltration attributed to the user and the end-point. • Ability to provide all the above capabilities/technologies under a one integrated platform • Ability to run on non-proprietary commodity hardware or Cloud environments • Technology to reduce excessive false positives Description of Requirement The NTSB has a requirement for: Line Item Number 0001: Quantity: 1 LOT, Includes (Review Attachment 1 - Description of Requirement for a detailed description of the items required): MSS 24C Hardware (qty 1), MSS 24C Hardware Annual Maintenance (qty 1), MSS 6TB HardDrive, (qty 3), MSS SaaS Gold 8C Annual Subscription (qty 1), MSS SaaS Gold 8C Annual Subscription 4 Core Add-on (qty 4), MSS 2V Sandbox (qty 1), MSS 2V Sandbox Maintenance (qty 1). Period of Performance: BASE YEAR. Line Item Number 0002: Quantity: 1 YEAR, OPTION - MSS 24C Hardware Annual Maintenance (qty 1). Period of Performance: OPTION YEAR 1. Line Item Number 0003: Quantity 1 YEAR, OPTION - MSS SaaS Gold 8C Annual Subscription (qty 1). Period of Performance: OPTION YEAR 1. Line Item Number 0004: Quantity: 1 YEAR, OPTION - MSS SaaS Gold 8C Annual Subscription 4 Core Add-on (qty 4). Period of Performance: OPTION YEAR 1. Line Item Number 0005: Quantity: 1 YEAR, OPTION - MSS 2V Sandbox Maintenance (qty 1). Period of Performance: OPTION YEAR 1. Line Item Number 0006: Quantity: 1 YEAR, OPTION - MSS 24C Hardware Annual Maintenance (qty 1). Period of Performance: OPTION YEAR 2. Line Item Number 0007: Quantity 1 YEAR, OPTION - MSS SaaS Gold 8C Annual Subscription (qty 1). Period of Performance: OPTION YEAR 2. Line Item Number 0008: Quantity: 1 YEAR, OPTION - MSS SaaS Gold 8C Annual Subscription 4 Core Add-on (qty 4). Period of Performance: OPTION YEAR 2. Line Item Number 0009: Quantity: 1 YEAR, OPTION - MSS 2V Sandbox Maintenance (qty 1). Period of Performance: OPTION YEAR 2. Line Item Number 0010: Quantity: 1 YEAR, OPTION - MSS 24C Hardware Annual Maintenance (qty 1). Period of Performance: OPTION YEAR 3. Line Item Number 0011: Quantity 1 YEAR, OPTION - MSS SaaS Gold 8C Annual Subscription (qty 1). Period of Performance: OPTION YEAR 3. Line Item Number 0012: Quantity: 1 YEAR, OPTION - MSS SaaS Gold 8C Annual Subscription 4 Core Add-on (qty 4). Period of Performance: OPTION YEAR 3. Line Item Number 0013: Quantity: 1 YEAR, OPTION - MSS 2V Sandbox Maintenance (qty 1). Period of Performance: OPTION YEAR 3. Basis for Award The National Transportation Safety Board (NTSB) solicits your quote for a brand name Metaflows, Inc. multifunction cyber security platform which provides Deep Packet Inspection(DPI), Intrusion detection and Intrusion Prevention along with advanced malware analysis. This Request for Quote (RFQ) will result in the award of one (1) firm fixed-price purchase order. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the NTSB. Award will be made to the Lowest Price Technically Acceptable quote. (Technical Acceptability will be based on quote of the described brand name products) Review Attachment 3- Brand Name Justification which is posted to satisfy the requirements of FAR 5.102(a)(6). Clauses and Provisions Review Attachment 2 - Clauses and Provisions of this requirement. Submission of Quotes Your proposal must be received no later than 4:00 p.m., Eastern Standard Time (EST), on September 19, 2017. LATE PROPOSALS MAY NOT BE CONSIDERED in accordance with FAR provision 52.212-1, Instructions to Offerors - Commercial Items. Quotes may be transmitted via email to: P. Matt Hazlinsky Email: matt.hazlinsky@ntsb.gov The maximum size of an email, including attachments, which the NTSB email server can accept is 15 megabytes (MB). Therefore, the Contractor may choose to send their proposal in separate emails, if the combined file size of any email received by the NTSB email server will exceed 15MB. Contractors are encouraged to remove excess graphics from their proposals to ensure proposals remain under the file size limit. It is the Contractor's responsibility to ensure that the designated point of contact has received your proposal at the email address of the contact specified above by the proposal due date. Questions Regarding the Combined Synopsis/Solicitation All questions regarding this combined synopsis/solicitation shall be directed to P. Matt Hazlinsky via email at matt.hazlinsky@ntsb.gov. ALL QUESTIONS MUST BE RECEIVED BY 4:00 p.m. EST on September 14, 2017. Electronic Dissemination of Combined Synopsis/Solicitation Access to this combined synopsis/solicitation and amendments shall be posted on the Federal Business Opportunities website: www.fbo.gov. Amendments to the combined synopsis/solicitation shall be publicized in the same manner as the initial synopsis/solicitation. All Contractors are cautioned that it is your responsibility to frequently check back to the website to ensure that you have received all issued amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NTSB/CMS/WashingtonDC/PUR170317/listing.html)
 
Place of Performance
Address: NTSB HQ, Washington, District of Columbia, 20594, United States
Zip Code: 20594
 
Record
SN04673624-W 20170914/170912232508-53f4211306303422336bf3c3142c3db6 (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.