Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOURCES SOUGHT

D -- D310 -Sources sought for 8a, Hubzone, and Service Disabled Veteran

Notice Date
7/10/2006
 
Notice Type
Sources Sought
 
Contracting Office
U S GEOLOGICAL SURVEY, APS PO BOX 25046, MS204B DENVER FEDERAL CENTER DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
06CR43-NoSolicitation
 
Response Due
7/14/2006
 
Archive Date
7/10/2007
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for 8a, Hubzone, and Service Disabled Veteran Please review the attached statement of work for Stabilization, Documentation, and Maintenance of IT Security Zones and indicate if you have performed similar work in the past, meet the requirements contained in the statement of work, and are capable of meeting the required emergency response times. Please respond by E-MAIL (sctweten@usgs.gov) no later than 7/14/2006 by 2:00 p.m. mountain time. 1. INTRODUCTION The Advanced National Seismic System (ANSS) is a major national initiative led by the US Geological Survey that serves the needs of the earthquake monitoring, engineering, and research communities as well as national, state, and local governments, emergency response organizations, and the general public. When fully operational, the ANSS will be an advanced monitoring system (modern digital seismographs and accelerographs, communications networks, data collection and processing centers, archival and alert systems, and well-trained personnel) distributed across the United States. The ANSS will be a National resource that operates with high performance standards, gathers critical technical data, and effectively provides timely and reliable earthquake products, information, and services to meet the Nation's needs. The ANSS will automatically broadcast timely and authoritative products describing the occurrence of earthquakes, earthquake source properties, the distribution of ground shaking, and, where feasible, broadcast early warnings and alerts for the onset of strong ground shaking. Most importantly, the ANSS will provide earthquake data, derived products, and information to the public, emergency responders, officials, engineers, educators, researchers, and other ANSS partners rapidly and in forms that are useful for their needs. (From USGS OFR 02-0092) 2. STATEMENT OF WORK The scope of this contract is limited to the hardening, maintenance, documentation, and design of the ANSS IT security zones as illustrated in attachment. Additionally, new machines are proposed for inclusion into the system, and the contractor shall be responsible for installing those machines in compliance with DOI and USGS security guidelines. The contractor may be called upon to perform the following tasks: 1. (TASK 1) IT Security and Engineering Consultation: The contractor shall provide design and configuration assistance for ANSS systems as requested by the Contacting Officer by issuance of individual statement of need. Solutions shall be practical and shall be specific to the ANSS security and functional requirements. The types of services to be provided on an as needed bases: a. Design of Active Directory installation for ANSS production zone. b. Design and implementation of SiteScope monitoring software for ANSS production zone. c. Design and implementation assistance for the design of the USGS Northern California Seismic Network and the USGS Southern California Seismic Network Security Network Architectures. Consultation through the COR the contractor shall provide assistance in designing the network architecture, product selection and installation, and implementation of the architecture. 2. (TASK 2) Administration of network devices: a. Firewalls, routers, and switches shall be configured and installed in accordance with DOI and USGS IT security standards. b. Routers, hubs and switches shall be maintained to minimize failure or service interruptions. Scheduled maintenance or network upgrades shall be conducted to minimize interruption of service to the NEIC and ANSS networks. c. Firewall logs shall be reviewed on a weekly basis. Reports detailing potential threats detected in the logs shall be provided to the COR within three working days of the review of the logs. d. Rule sets for firewalls shall be documented in writing and provided to the USGS within ten days of firewall configuration, installation or modification. 3. (TASK 3) Monthly self-assessment report to ITSOT and COR a. The contractor shall perform scans each month to determine the security and integrity of the network and its machines. b. Self assessment reports detailing the results of the monthly scans shall be delivered to ITSOT and the COR no later than ten (10) days after the scan is performed. The reports shall provide a concise review of IT security issues and the subsequent resolution thereof. 4. (TASK 4) Tier 2 IT Support on a as need bases: a. The contractor shall provide 24X7 Tier 2 emergency response to critical infrastructure and security incidents that cannot be handled by the designated NEIC Tier 1 personnel. In the event of failure, the contractor shall respond within one hour of notification and have staff on-site if required. Remote access in order to repair systems shall be provided when practical. b. Provide monthly reporting on all Tier 2 incidents. 5. (TASK 5) Provide system administration of NEIC computers on as needed bases which includes: a. NEIC computers include Windows, Solaris, Free BSD, and VMS Operating Systems. b. Patches shall be tested prior to installation, and then installed in accordance with DOI and USGS standards. c. New Windows, Free BSD and Solaris machines shall be configured in accordance with Bureau policies. d. Configuration of machines and inclusion thereof shall be coordinated with the COR. 3. STATEMENT OF NEED The Statement of Need is an agreement between the USGS and the contractor in which the Government documents the work requirements for the contractor. The Government prepares the SON which outlines the requirements for specific work. Also, the SON serves as an internal document to keep the contracting officer, contracting officer's representative, and the contractor informed of new and existing requirements. The SON is not a Task Order. The statement of need shall provide the following: scope/tasks, deliverables, schedule, and budget. All SON's shall be generated by the government and delivered to the contractor as projects arise. In response to the SON, the contractor develops a formal response that describes how the contractor intends to complete the work, and who will perform it. This document is due within two days of receipt of the SON from the government. 4. DELIVERABLES The contractor shall provide the USGS with a monthly invoice detailing how time was allocated and charged during the previous month. 5. WORK SITE/EQUIPMENT/SUPPLIES The USGS will provide workspace and required supplies including internet connectivity, email, computer, telephone, and FAX. All equipment to be installed will be provided by the USGS. Experience Demonstrated expertise in meeting DOI and USGS IT security requirements and guidelines in mission critical real-time production environment. This must include experience performing security configuration of Windows and Unix servers in a real-time environment, and configuring Netscreen firewall in real-time mission critical environment. All senior engineers should hold expert-level infrastructure and security certifications. Also, provide certifications held by each individual proposed to perform the work required such as (CCIE, CISSP, MCSE 2003, RHCE, ISSAP, ISSMP, PMP) Vendor must demonstrate the ability to provide 24x7x365 Tier 2 support services, and the ability to have engineering staff on-site within an hour in an emergency Past Performance Vendor must demonstrate experience with administration over the past four years with Windows, Solaris, and FreeBDS servers in a production environment, and with configuring and monitoring NetScreen Firewalls and CISCO routers
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=858648)
 
Place of Performance
Address: Golden, CO
Zip Code: 80225
Country: USA
 
Record
SN01085894-W 20060712/060710221151 (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.