Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2008 FBO #2497
SOLICITATION NOTICE

70 -- ArcSight Maintenance

Notice Date
9/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-08-T-0421
 
Response Due
9/28/2008
 
Archive Date
11/27/2008
 
Point of Contact
Mary L. Hudson, 719-526-5849<br />
 
Small Business Set-Aside
Total Small Business
 
Description
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. Fort Carson will be awarding a Firm-Fixed Price Contract with Four Option Periods. The award is a 100% set-aside for small business. The North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 500 employees. This solicitation will end on Sunday, 28 September 2008, at 4:00 p.m. Mountain Daylight Time. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition circular 2005-26 Effective on June 12, 2008. All items in this solicitation are Brand Name or Equal for ArcSight products in accordance with FAR 11.104(b). Specifications for all Equal products must be provided. The following are the salient characteristics of CLINs 0001, 0002, 0003 and 0005: CLIN 0001 Monitored Vulnerability Assessment Scans (Licenses)- Provides the license for all feed scans to be sent to ArcSight for correlation; CLIN 0002 Premium Support- Customer support services for ArcSight. In the event of a diagnosed hardware problem, a replacement unit or part for ArcSight is shipped on the same day. This program features 24x7 support and accelerated response times, along with complete access to the Support Center for ArcSight. Offering a centralized, up-to-date repository of the latest product versions, software patches and product documentation for ArcSight; CLIN 0003 System Update Subscription ESM & Solution Packs- Comprehensive data collection and intelligent storage for ArcSight. Powerful correlation and analysis for identifying real threats for ArcSight. Streamlined investigation with interactive analysis and response for ArcSight. Real time monitoring, historical, trend and ad-hoc reporting for ArcSight. Scalable, flexable and extensible platform for ArcSight. Provides the ability to discover patterns in historical event data and automate the creation of rules to detect these patterns for ArcSight. Provides data visualization tools to uncover hidden security and compliance violations for ArcSight. Provides the ability to pinpoint the exact location of any compromise on your network and respond immediately with specific, policy-based actions within a self-documenting and auditable framework for ArcSight. Provides the ability to cost-effectively store, retain and search data for ArcSight for years as required by compliance mandates; and CLIN 0005 Advisory ArcSight Enterprise Specialist- Ensure full operating capability of ArcSight by identifying and delivering new use cases with consistent outputs to ensure that long-term business objectives are met, by building toward a sustained capability to ensure the skills and knowledge to update implemented use cases as requirements change and are capable of developing and implementing new use-cases as requirements arise, and by extending deployment assistance, guidance on adding new connectors, FlexConnectors and system performance review based on additional use cases for ArcSight. Provides on-going optimization to ensure you have the methods, training and experience required for defining and building solutions on your own including validation and tune-up of your existing implementations, side-by-side guidance on all your ArcSight related business and technical needs, and development of extended reporting, harnessing ArcSights full potential. Proposals shall reference solicitation # W911RZ-08-T-0421, shall be in accordance with the Statement of Work and shall include pricing as follows: Period of Performance: 30 September 2008 through 29 September 2009. CLIN 0001 Monitored Vulnerability Assessment Scans (Licenses) Qty. 4999 CLIN 0002 Premium Support, Qty. 12 Months CLIN 0003 System Update Subscription ESM & Solution Packs, Qty. 12 Months CLIN 0004 ArcSight-North America Travel Expense, Qty. 10 days (All travel must be in accordance with the Department of Defense Joint Travel Regulations) CLIN 0005 Advisory ArcSight Enterprise Specialist 10 days, Qty. 10 days Please also provide pricing for four option periods as follows: Option Period One Period of Performance: 30 September 2009 through 29 September 2010 CLIN 1001 Monitored Vulnerability Assessment Scans (Licenses) Qty. 4999 CLIN 1002 Premium Support, Qty. 12 Months CLIN 1003 System Update Subscription ESM & Solution Packs, Qty. 12 Months CLIN 1004 ArcSight-North America Travel Expense, Qty. 10 days (All travel must be in accordance with the Department of Defense Joint Travel Regulations) CLIN 1005 Advisory ArcSight Enterprise Specialist 10 days, Qty. 10 days Option Period Two Period of Performance: 30 September 2010 through 29 September 2011 CLIN 2001 Monitored Vulnerability Assessment Scans (Licenses) Qty. 4999 CLIN 2002 Premium Support, Qty. 12 Months CLIN 2003 System Update Subscription ESM & Solution Packs, Qty. 12 Months CLIN 2004 ArcSight-North America Travel Expense, Qty. 10 days (All travel must be in accordance with the Department of Defense Joint Travel Regulations) CLIN 2005 Advisory ArcSight Enterprise Specialist 10 days, Qty. 10 days Option Period Three Period of Performance: 30 September 2011 through 29 September 2012 CLIN 3001 Monitored Vulnerability Assessment Scans (Licenses) Qty. 4999 CLIN 3002 Premium Support, Qty. 12 Months CLIN 3003 System Update Subscription ESM & Solution Packs, Qty. 12 Months CLIN 3004 ArcSight-North America Travel Expense, Qty. 10 days (All travel must be in accordance with the Department of Defense Joint Travel Regulations) CLIN 3005 Advisory ArcSight Enterprise Specialist 10 days, Qty. 10 days Option Period Four Period of Performance: 30 September 2012 through 29 September 2013 CLIN 4001 Monitored Vulnerability Assessment Scans (Licenses) Qty. 4999 CLIN 4002 Premium Support, Qty. 12 Months CLIN 4003 System Update Subscription ESM & Solution Packs, Qty. 12 Months CLIN 4004 ArcSight-North America Travel Expense, Qty. 10 days (All travel must be in accordance with the Department of Defense Joint Travel Regulations) CLIN 4005 Advisory ArcSight Enterprise Specialist 10 days, Qty. 10 days Statement of Work ArcSight Maintenance Fort Carson, Colorado 1. Purpose The purpose of this document is to describe the requirements for the procurement and installation of a Security Information Manager for the LAN at Fort Carson, CO. The Security Information Manager will primarily support the current Network architecture security devices (Intrusion detection system, intrusion prevention system, web filters, syslog servers and security scanners). 2. Scope of Work Services to be provided shall include 1) installation and 2) testing of the system. 3. Background and Objective The Fort Carson DOIM provides network connectivity for Fort Carson, CO and supported activities. To accomplish this mission, the Information Assurance Division performs security analyses and monitoring of the security events and logs for the Fort Carson network to ensure the confidentiality, integrity and availability of the information being sent over the Fort Carson SIPR network. This project is to provide a Security Information Manager at this installation. The primary task is to procure, install and test a Security Information Manager on the Fort Carson SIPR network. 4. Specifications A. Applicable Standards AR 25-1, Army Information Management, 31 May 02 AR 25-2, Information Assurance, 14 Nov 03 B. Contractor Qualifications The Contractor shall provide trained and certified personnel resources, materials and equipment to fulfill the requirements of this contract. The Contractor shall have Security Information Management specialists that are experienced in design and installation according to the applicable standards in paragraph 4A. The Contractor shall provide a pre-installation site readiness checklist. The Contractor shall have installers who are properly trained in the installation, operation and testing of Security Information Manager system and components. The Contractor shall adhere to all OSHA and local safety regulations. The Contractor shall have only United States born citizens assigned to perform on-site installation due to National Security requirements. The Contractor shall have a Secret Security Clearance to install the Security Information Manager on the SIPRnet. The Contractor shall identify in the task proposal; the type, amount and time frame for any required government resources, including those listed below. 5. Project Overview Security Information Manager Requirements: The Security Information Manager must be an enterprise-like system and scalable to fulfill the requirements for the Army Enterprise Security Information Manager Deployment. The Security Information Manager at Fort Carson must be compatible with the current Network and Security devices on the Fort Caron LAN and must be compatible with current Security Information Manager systems being used by NETCOM and DOD. Requirements The Security Information Manager must meet the requirements identified in the Defense Information Systems Agency Security Information Manager Technical requirements. 6. Testing and Acceptance The Contractor shall test the Security Information Manager installation and demonstrate that it is operational, meets specifications and interfaces with all required equipment before final acceptance of the installation is made. All work is subject to visual and operational inspection prior to acceptance. Acceptance is contingent upon successfully training the facilitator on previously stated tasks. 7. Warranty All hardware and workmanship shall be warranted for a period of one year or the duration of the OEMs warranty, whichever is longer. The warranty shall cover all materials and labor necessary to resolve any problems resulting from defects in materials or workmanship. The warranty period shall commence upon completion of the project and receipt of all documentation. 8. Scheduling and Installation A. Hours of Work The Contractor shall provide coverage at the specified government site during the following hours Monday through Friday, 8:00 am to 5:00 PM work week excluding Federal holidays. All tours of duty are subject to change to meet workload requirements. Any variation from the above schedule will require Government approval prior to contractor performance. B. Duration of Task The installation shall be complete in 10 working days. 9. Cost Estimates Cost estimates based on the specifications and requirements contained in this document shall be provided at no cost to the government. 10. Government Furnished Resources The following resources will be provided by the Government: The Government will provide a Statement Of Work (SOW) and a representative to escort the contractors into the Information Processing Facility for the installation of the Security Information Manager and logger appliance. The Government will provide the classroom and computers to conduct the training for the operators and the administrators of the Security Information Manager. 11. Training The Contractor shall train the Security Information Manager operators and administrators after the installation of the Security Information Manager and Logger. 12. Government Representatives Project Lead- Information Assurance Project Team- Network Operation Center System Administrator Plans and Programs Quality Assurance Surveillance Plan 1. Purpose: This Quality Assurance Surveillance Plan (QASP) describes methods that will be used to monitor the Contractor's performance. The QASP is not part of the Contract it is provided to the Contractor solely' for information purposes and is subject to change by the Government during the life of the contract. The Government reserves the right to perform assessments more or less often than outlines in this QASP. 2. Introduction: The QASP establishes methods to assess or evaluate performance of the contractor under the contract. It is designed to provide an effective method of monitoring Contractor Performance Summary (PRS) III the contract. The Government is concerned with the quality of the services provided, and not with the method that the Contractor uses to provide the services. 3. Responsibility for Quality Control: The Contractor is responsible for quality control and management actions to meet the performance requirements and terms of the contract. The Government performs quality assurance to assess the quality of services rendered. The services shall meet the contract requirements, and the contract standards are achieved. 4. Surveillance Methods: The Government will evaluate the Contractors performance under this contract. Examples of Government surveillance may include: a. Government Inspections b. Customer complaints with verification by the COR using Occupational Health Clinic Patient Survey Form c. Review of Contractor's Quality Control documentation 5. Deduction Methods: The Government will record performance noting any substandard performance. For substandard performance, the Government's preferred course of action will be discussions with the contractor to make the Contractor aware of the problem, and to effectively prevent any recurrence of substandard performance. The Government may also take the following actions: a. Presentation of a Contract Discrepancy Report requiring a written explanation for substandard performance b. Payment deduction in accordance with the PRS; c. Payment deductions in accordance with applicable FAR c1ause(s). d. Require correction or re-performance of the service Contractor Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. FAR 52.212-2 Evaluation-Commercial Items applies to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsive responsible offeror whose technically acceptable 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) small business participation; (ii) technical capability of the item offered to meet the Government requirement; (iii) price. Award will be made on the basis of the Lowest Price Technically Acceptable (LPTA). The Government will evaluate offers for award purposes by adding the total price for all options and the total price for the basic requirement. Quotes shall include: Solicitation Number, Business Size Representations, Tax ID Number, Cage Code and DUNS Number. In accordance with provision 52.212-1(k) Companies doing business with the Government must be registered in the Central Contractor Registration (CCR) database. Registration can be completed at http://www.ccr.gov. The following provisions and clauses are apllicable to this acquisition, shall be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 Instructions to Offerors- Commercial Items, 52.212-2 Evaluation Commercial Items, 52.212-3 Offeror Representations and Certifications Commercial Items, 52.217-5 Evaluation of Options Clauses: 52.204-2 Security Requirements, 5.204-7 Central contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, 52.217-8 Option to Extend Services [The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.], 52.217-9 Option to Extend the Term of the Contract [(a) The Government may extend the term of this contract by written notice to the Contractor within a 30 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months.], 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.219-28 Post-Award Small Business Program Representation [The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 423430], 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-50 Combating Trafficking in Persons, 52.232-18 Availability of Funds, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.237-2 Protection of Government Buildings, Equipment and Vegetation, 52.239-1 Privacy or Security Safeguards, 52.245-1 Government Property, 52.252-2 Clauses Incorporated by Reference, 252.201-7000 Contracting Officers Representative, 252.204-7004 Alternate A, Central Contractor Registration, 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders, 252.225-7001 Buy American Act and balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests Proposals must be submitted to Mary L. Hudson, Contract Specialist via e-mail: mary.l.hudson@us.army.mil or fax: 719-526-5333, by Sunday, September 28, 2008, at 4:00 p.m. Mountain Daylight Time. All questions regarding this solicitation must be submitted in writing.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e073af8191cb58cfb4febbd7a07e56b3&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01681571-W 20080927/080925222603-e073af8191cb58cfb4febbd7a07e56b3 (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.