Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2002 FBO #0278
SOLICITATION NOTICE

R -- DESKTOP SECURITY INCIDENT MEASUREMENT(DSIM)

Notice Date
9/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, HQ AIA, HQ AIA/LGCK 251 Kirknewton, Bldg 2088, San Antonio, TX, 78243-7034
 
ZIP Code
78243-7034
 
Solicitation Number
F5AFIW21630500
 
Point of Contact
Terry Aquiles, Contracting Officer, Phone 210-977-5564, Fax 210-977-4268, - Terry Aquiles, Contracting Officer, Phone 210-977-5564, Fax 210-977-4268,
 
E-Mail Address
terry.aquiles@lackland.af.mil, terry.aquiles@lackland.af.mil
 
Description
This is a combined synopsis/solicitation for a commercial item prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposal is being requested and a written solicitation will not be required issued. Therefore, this synopsis shall serve as a request for proposal numbered F5AFIW21630500. This is a FY03 requirement and funds are not currently available. This request is subject to availability of funds. The Government intends to negotiate a sole source follow-on contract under the authority of FAR 6.302 with Tiny Software, Santa Clara, CA., for Desktop Security Incident Measurement IAW the Statement of Work below. The Government shall continue to perform alpha and beta testing of the contractor?s enhanced product in both lab and operational environments. The contractor shall provide a license for unlimited use within the Department of the Air Force. The required items are: CLIN 0001 DSIM Intrusion Detection System (IDS) Enhancement AA Alpha DSIM Version-Alpha version of software for Government review and comments; AB Beta DSIM Version-Beta version of software for Government review and comments; AC Final DSIM Version and US Air Force License; and 0002 Data shall be submitted IAW SOW (Not Separately Priced). Period of Performance is 1 Oct 02 through 30 Sep 03. The North American Industry Classification System (NAICS) for this acquisition is 541519, $18M. The following Provisions/Clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items. Offeror shall include complete copy of the provisions of FAR 52.212-3, Offeror?s Representations and Certifications-Commercial Items with their offer. DFAR 252.204-7004, Required Central Contractor Registration applies. Award cannot be made to the contractor who is not registered in the Central Contractor Registration at time of award. Offerors are due no later than 17 Sep 02 at HQ AIA/LGCKA, Attn: Terry L. Aquiles, 102 Hall Blvd., Ste 123A/B, San Antonio, TX 78243. Fax quote to Terry L. Aquiles at 210-977-4268. If you should have any questions or problems faxing, contact Terry L. Aquiles at 210-977-5564. STATEMENT OF WORK FOR DESKTOP SECURITY INCIDENT MEASUREMENT SCOPE: The primary STATEMENT OF WORK FOR object of this SOW is to provide AFIWC/IOD with continued development and enhancement of the Desktop Security Incident Measurement (DSIM) initiative. Current Air Force security tools monitor and protect physical networks with the assumption that hosts are protected indirectly. The goal of DSIM is to provide a hybrid network-centric intrusion detection system (NIDS) with firewall capabilities to the workstation level. The DSIM firewall capabilities will provide a dual-sided firewall that will help enforce security policy and that can be remotely configured and controlled. The dual-sided firewall is designed to protect the desktop originating attacks. The DSIM NIDS component will monitor for suspicious activity, malicious activity, attempted intrusion, and actual intrusion and will report this activity to the DSIM server and then to the Common Intrusion Detection Director System (CIDDS). Background: 1.1.1 The Air Intelligence Agency (AIA) is the US Air Force executive agent for command and control warfare (C2W). C2W consists of two portions: information protection (IP) and counter C2W. This task supports the IP portion of this mission, implemented in part by the Air Force Information Warfare Center (AFIWC) Defensive Counter Information (DCI) Division. 1.1.2 This task order supports the Countermeasures Engineering Team (CMET). The CMET supports Information Operations by (1) developing security countermeasures for worldwide, Department of Defense (DoD), and National agency computer systems and networks, (2) implementing current technology and developing new technology to counter existing and emerging threats to US Air Force computer systems and networks, including mission-critical computer systems, (3) supporting AFCERT in responding to security incidents on command, control, communications and computer (C4) systems, and (4) assisting law enforcement agencies in the collection of evidence in computer security incident investigations. This task order will assist in providing continued development in enhancing the capabilities of DSIM. 1.1.3 The DoD has directed the US Air Force to use commercial off-the-shelf (COTS) products as much as possible. This project is utilizing a COTS product and funding enhancements. 2.0 REQUIREMENTS: 2.1 The contractor shall continue to enhance their COTS product to meet the additional requirements of this SOW. 2.2 The product should include, but is not limited to the following requirements: 2.2.1 The product shall establish an MD5 hash of applications or executables installed on a particular windows client running the Desktop Security Engine (DSE). 2.2.1.1 This MD5 hash shall be centrally managed from the Centrally Managed Desktop Security (CMDS) server with the ability to add, update or delete specific MD5 hashes as well as to turn the MD5 hash function on or off. 2.2.1.2 This MD5 hash shall specify actions to occur during MD5 hash comparisons. It should have the capability to allow/not allow an application to execute if the MD5 hash does not match. It should also have the capability to send an alert to the CMDS server when an MD5 hash does not match of an application that attempts to execute. These settings should all be configurable. 2.3 The contractor shall continue to support AFIWC/IOD personnel in defining additional technical requirements for this product. 2.4 The final product shall include an unlimited number of software licenses for use by US Air Force users. 3.0 DELIVERABLES: The contractors shall deliver the following products and services to AFIWC/IOD and AIA/LGP. All documents will be delivered utilizing Microsoft Office software. Negative reports are required. 3.1 The contractor shall provide AFIWC/IOD a management plan draft (to include a schedule) within one month of the award of the contract. The Government will provide comments within 5 working days of receipt. The final plan shall be provided to IOD 15 working days after receipt of Government comments. (CDRL A001) 3.2 The contractor shall provide AFIWC/IOD status reports on the various items in section 2.0 at the request of the government. (CDRL A002). 3.3 The contractor shall provide AFIWC/IOD minutes within 15 working days after all technical interchange meetings (TIM). (CDRL A003). The contractor will hold all original proprietary rights to the products they develop. The contractor shall provide AFIWC/IOD a workable alpha version software within 180 days after award of the contract. (CDRL A004) The contractor shall provide AFIWC/IOD a workable beta version software within 90 days after delivery and approval of alpha version software. (CDRL A005) 3.7 The contractor shall provide AFIWC/IOD a final software version by the last day of the contract period. (CDRL A006) 3.8 The contractor shall provide AFIWC/IOD all user and technical documentation required to install, operated and maintain the software. The documentation will be both paper (hard copy) and electronic media (soft copy). (CDRL A004) 4.0 VERIFICATION AND TESTING: AFIWC/IOD shall work with the contractor to provide testing of the software product at milestones to be determined. AFICW/IOD shall provide the test results to the contractor within 30 to 45 days of receiving software to be tested. 4.1 AFIWC/IOD shall develop a test plan for each software version. 4.2 The AFIWC/IOD shall perform the Alpha and Beta testing in a closed lab environment and a functional evaluation of the final version in an operational environment. 5.0 TRAVEL: Contractor travel shall be required to support the above deliverables. 5.1 The contractor shall make one trip to Lackland AFB to hold meetings at AFIWC/IOD facilities. This visit should include no more than three persons and will be scheduled based on mutual agreements when necessary. The contractor shall travel to support deliverables and others as needed. AFIWC/IOD and the contractor shall determine the necessity of the trips but the focus will be to establish/assist in functionality of deliverables in a test lab environment. 6.0 DELIVERABLES DELIVERY SCHEDULE: 6.1 The contractor shall hold an initial TIM at the contractor?s facility with AFIWC/IOD personnel within 30 days after delivery order award. Task initiation shall be agreed upon between contractor and AFIWC/IOD personnel. The requirements shall be prioritized at the initial TIM. Additional TIMs will be held as required. The contractor shall develop and deliver all TIM minutes within 15 working days to the government and the government shall review and return comments to the contractor within 10 working days. 6.2 The contractor shall provide a US Air Force site license for the use of these products for an unlimited number of U.S. Air Force users. 6.3 The following deliverables schedule is established: see attachment 1. 7.0 SECURITY REQUIREMENTS: 7.1 All work on this contract is to be conducted at the Unclassified level, but as a result of information aggregation, a minimum of Secret level is required 8.0 GOVERNMENT FURNISHED EQUIPMENT: Will be provided as determined necessary (such as during testing). Necessity will be determined by AFIWC/IOD. The Government will provide the contractor the complete development suite of Oracle software if required. 9.0 PACKAGING, PACKING, AND SHIPPING INSTRUCTIONS: Not Applicable. 10.0 INSPECTION AND ACCEPTANCE CRITERIA: Acceptance criteria shall be based upon testing conducted by the government and the government meeting the timelines to provide the testing results to the contractor.
 
Place of Performance
Address: AFIWC/IODE, 402 GRIEG ST, SAN ANTONIO TX
Zip Code: 78241
Country: USA
 
Record
SN00157481-W 20020906/020904213557 (fbodaily.com)
 
Source
FedBizOpps.gov 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.