Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2008 FBO #2471
SOLICITATION NOTICE

70 -- Firewall Monitoring and Analysis Software

Notice Date
8/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-08-1044009
 
Response Due
9/8/2008
 
Archive Date
9/23/2008
 
Point of Contact
Cheryl Francine Frazier,, Phone: 301-827-7182, Ted L Weitzman,, Phone: 301-827-7178
 
E-Mail Address
cheryl.frazier@fda.hhs.gov, ted.weitzman@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
<ins datetime="2008-08-22T12:46" cite="mailto:ted.weitzman">(i) </ins> This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. (ii) The solicitation number is FDA-SOL-08-1044009. <ins datetime="2008-08-22T12:46" cite="mailto:ted.weitzman">(iii)</ins> This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. <ins datetime="2008-08-22T12:47" cite="mailto:ted.weitzman">(iv)</ins> The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 a small business size standard of 500 employees. <ins datetime="2008-08-22T12:47" cite="mailto:ted.weitzman">(v) </ins> The DHHS FDA Office of Acquisitions and Grants Services requires the following items, Brand Name "Secure Passage - FireMon" software or Equal of which it must be able to complete all requirements and salient characteristics identified in "Evaluation Criteria". DESCRIPTION OF WORK/STATEMENT OF WORK: The FDA has a need to monitor firewall policies, changes to the firewalls, and audit those system changes. The solution shall encompass firewall policy, device change management and auditing. It shall monitor system performance, track changes to devices and policies and record them, allows a user to compare differences between configurations (side-by-side), archive policies and configurations for easy recovery. It shall offer detailed reporting for management and technical staff. The audit capabilities shall help verify that configurations are correct and permit enforcement of compliance with regulatory and corporate policies Evaluation Criteria for Competitive Proposals.           </pre> •· The firewall analyzer shall provide visibility into networks and control of configurations to ensure proper device operation. •· The solution shall give FDA the ability to monitor network device changes to firewalls, routers, and other critical networks devices. •· The solution shall compare firewall configurations, create reports, generate reports in multiple formats, and receive change notices. •· The solution shall provide the ability to compare security configurations with various corporate, regulatory, and industry security practices. •· The solution should allow FDA to test security policies before they are implemented. •· The solution should provide the ability to remove unused firewall objects and rules, permit the reorder rules, and identify configuration issues. •· The solution should be enterprise-scalable to permit analysis and assistance when preparing changes to network configurations and scale to monitor thousands of devices. •· The solution shall support the following devices minimally : •o Check Point : CMA, firewalls (AI, NGX), SPLAT •o Cisco : PIX/ASA firewalls, VPN Concentrator, IOS, CSM, switches, routers •o Blue Coat : SG Appliances •· Client installation shall be required for the following Operating Systems: •o Windows Server 2003, XP •o Red Hat Enterprise Linux v4 CentOS Linux v4 The contractor shall also provide a quote for the following 9 (NINE) line items for Brand name "Secure Passage - FireMon" software or equal. See below:             </pre> Item Quantity Description Unit Price Amount SPFM-3X-ASM 1 Application Server (ASM) - License for FireMon server software which is responsible for collating and maintaining all configuration and change information made to any monitored host. Hardware not included and may be extra. ASM supports Windows and installation on any SPX family appliance running Red Hat Linux. SPFM-3X-SMM 1 Security Manager Module (SMM) - License to monitor and supported manufacturer's management console such as a Check Point SmartCenter or CMA or Netscreen NSM. SPFM-3X-SMLO 10 Security Module (SM) - License required to monitor any system utilizing a supported security application such as Check Point Firewall-1 or Cisco PIX. An OS Module is included and each license may be used to monitor both the application and host for changes. SIL-SPFM-3X-ASM 1 Silver Support for SIL-SPFM-3X-ASM. Includes software updates and business hours phone and email support for 1 year. SIL-SPFM-3X-SMM 1 Silver Support for SIL-SPFM-3X-SMM. Includes software updates and business hours phone and email support for 1 year. SIL-SPFM-3X-SMLO 10 Silver Support for SIL-SPFM-3X-SMLO. Includes software updates and business hours phone and email support for 1 year. SPFM-3X-TRN-GRP 2 Virtual Secure Passage Training (group) (includes 2-day hands-on class and materials). Maximum class size (5). Additional blocks may be purchased. Travel and expenses extra. (No Charge) SPX250 1 FireMon appliance pre-configured for use as a dedicated FireMon Server running an ApplicationServer and / or a DataCollector. SUP-SPX250 1 Hardware Support for the SPX250 appliance providing phone and email support as well as NBD parts replacement.  </pre>  </pre>  </pre>  </pre> Contract Type: Commercial Item- Firm Fixed Price. FOB Point destination: FOB Point of Delivery will be at FDA, located 5600 Fishers Lane Rockville, Maryland 20857. Payment terms net 30 days. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product/service offered meets the Government's requirement 2. Price. Technical Capability and Price are of equal importance. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meets the technical requirements. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The government reserves the right to make an award without discussions. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall complete and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act-Supplies," the offeror shall so state and shall list the country of origin. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following agenda have been attached to the clause. None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: <h4> 52.203-6 -- Restrictions on Subcontractor Sales to the Government.(Sept 2006) </h4> <h4> 52.219-8 -- Utilization of Small Business Concerns. (May 2004) </h4> <h4> 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies. (Feb 2008) </h4> <h4> 52.222-21 -- Prohibition of Segregated Facilities. (Feb 1999) </h4> <h4> 52.222-26 -- Equal Opportunity. (Mar 2007) </h4> <h4> 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (Sept 2006) </h4> <h4> 52.222-36 -- Affirmative Action for Workers With Disabilities. (Jun 1998) </h4> <h4> 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (Sept 2006) </h4> <h4 style="TEXT-ALIGN: center"> 52.222-39 - Notification of Employee Rights Concerning Payment of Union Dues or Fees. (Dec 2004) </h4> <h4> 52.222-50 -- Combating Trafficking in Persons. (Aug 2007) </h4> <h4> 52.225-13 -- Restrictions on Certain Foreign Purchases. (Jun 2008) </h4> <h4> 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. (Oct 203) </h4> Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/. In order to comply with Section 508 of the Rehabilitation Act, the Government asks vendors to complete a Voluntary Product Accessibility Template (VPAT) and submit it with their quote. The technical standards applicable to this requirement are: 1194.21 Software Applications and Operating Systems, 1194.25 Self Contained, Closed Products, 1194.31 Functional Performance Criteria, and 1194.41 Information, Documentation, and Support. The 508 technical standards are available at http://www.section508.gov/. All questions must be submitted electronically to cheryl.frazier@fda.hhs.gov no later than Thursday, September 4, 2008 at 1pm EST. Answers to all questions will be posted as an amendment to the solicitation. Proposals, Technical proposals, and VPAT may be submitted electronically to cheryl.frazier@fda.hhs.gov or by postal mail, fax or email to the point of of contact listed before 5:00pm(1700) EST on September 8, 2008 at the Food and Drug Administration, OC/OAGS, Attn: Cheryl Frazier, 5630 Fishers Lane, Room 2130, Rockville, Maryland 20857. OC The offer must reference solicitation number FDA-SOL-08-1044009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a825d9716f653d5af8dfa602cf69db4&tab=core&_cview=1)
 
Place of Performance
Address: Food and Drug Administration, 10903 New Hampshire Avenue, Silver Spring, Maryland, 20903, United States
Zip Code: 20903
 
Record
SN01656244-W 20080901/080830213512-2a825d9716f653d5af8dfa602cf69db4 (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.