Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
SOLICITATION NOTICE

D -- FORESCOUT TECHNOLOGIES SOFTWARE NAC-AS-A-SERVICE SOLUTION PROCUREMENT WITH ANNUAL MAINTENNACE AND SUPPORT

Notice Date
8/22/2012
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-12-R-0066
 
Response Due
9/6/2012
 
Archive Date
11/5/2012
 
Point of Contact
Marvin Bethel, (301) 619-8807
 
E-Mail Address
US Army Medical Research Acquisition Activity
(marvin.bethel@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Medical Research Acquisition Activity (USAMRAA) requires an experienced vendor to provide Outreach Contact/Call Center Support and Transitional Support Program services. Additional detail on the requirements can be found in the Performance Work Statement (Attachment 1) This is a synopsis for commercial FORESCOUT TECHNOLOGIES SOFTWARE NAC-AS-A-SERVICE SOLUTION PROCUREMENT WITH ANNUAL MAINTENNACE AND SUPPORT prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. The U S Army Research Acquisition Activity (USAMRAA) hereby issues a Request for Proposal (RFQ) number W81XWH-12-R-0066 for FORESCOUT TECHNOLOGIES SOFTWARE NAC-AS-A-SERVICE SOLUTION PROCUREMENT WITH ANNUAL MAINTENNACE AND SUPPORT for the TRICARE Management Activity (TMA), MHS Cyber-infrastructure Services (MCiS). This solicitation is open to all Offerors under North American Industry Classification System (NAICS) code is 541511 - Custom Computer Programming Services. Any firm that believes it can provide the stated capability is invited to submit written notification to the Contracting Specialist within 15 calendar days from the date of this publication notice. Supporting evidence must be furnished in sufficient detail to demonstrate the firm's ability to provide the stated capability. Information should be sent electronically to Barton Vint, Contract Specialist, at barton.vint@amedd.army.mil. No telephonic requests will be accepted. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. Request for Proposal Number: W81XWH-12-R-0066 Date of Solicitation: 22 August 2012 Question Due Date: 7 SEP 2012, 8:00 AM Eastern time Offer Due Date/Local Time: 21 SEP, 8:00 AM Eastern time This Acquisition is: Small Business Set-aside Statement of Work 1.0SCOPE This award is to request services, material and equipment to support the purchase of Network Access Control "turnkey" (a complete ready-to-use security solution and everything needed to operate\perform the NAC solution) NAC-as-a-Service solution for Department of Defense (DoD) and Military Health Systems (MHS), including but not limited to TMA Program Offices and the Services (Army, Air Force, Navy). The solution and technical support is for a base period of the award date through 29 September 2017. For the installation access the contract personnel should have a Security Clearance as minimum to work and access the designed locations. The vendor will provide the necessary ForeScout equipment to install the NAC solution into the Government equipment. The Government will provide the network connection and the port connectivity to allow ForeScout\NAC solution to operate. The government is expecting to have a "Turnkey" solution without the necessity of investing in other equipment, cabling or any other peripheral device. HQ MEDCOM (ARMY) has a requirement to purchase Network Access Control solution, based on a "turnkey" Software-as-a-Service (SaaS) licensing model, capable of identifying and discovering all network end points operating on a Unclassified but Sensitive Internet Protocol Router Network (NIPRNet) at all CONUS as well as OCONUS facilities, including but not limited to the Pacific region of the MEDCOM. 1.0.1Background This award is for a solution at each MTF location that will report all findings in a manageable database best suited for providing situational awareness of all end points and applicable users. The endpoints to be identified are computers, laptops, tablets, servers, printers, PDAs, Blackberry, VoIP phones, scanners, switches, routers, medical devices, wireless access points, USB connected devices, wireless access connected devices and any other devices connected directly or indirectly to each installations NIPRNet environment. In addition, this solution should provide the local facilities network center a single collection point or database capable of displaying discovery results. The solution must also be capable of displaying a consolidated one site picture of all MEDCOM endpoints to HQ MEDCOM and USMITC on Fort Sam Houston, TX and to provide situational awareness IT and medical resources connected to a NIPRNet environment. The solution is required to meet the ever increasing security demands to track network components and support Network Access Control requirements not supported by currently owned government products. 1.0.2Objectives To purchase ForeScout NAC-as-a-Service solution (includes licenses and continuous maintenance and support services) for 75,000 endpoints over 5 years. This action supports the centralization of Military Health Systems centralized acquisition of network access control to ensure information assurance compliance and continuous security monitoring. The solution includes all software, hardware, annual support/maintenance on hardware, and engineering services. Engineering Services consist of a full time ForeScout engineer to conduct architecture review and design the solution specific to Army MEDCOM requirements, deployment, configuration, travel, training of local administrators, and ongoing sustainment. C. Period of Performance Base Period - Date of Award (DOA) through twelve (12) months of performance. Option Period 1 - Expiration of Base Period through twelve (12) months of performance. Option Period 2 - Expiration of Option Period 1 through twelve (12) months of performance. Option Period 3 - Expiration of Option Period 2 through twelve (12) months of performance. Option Period 4 - Expiration of Option Period 3 through eleven (11) months of performance. D. Performance Location The Contractor shall perform primary activity at the Government's facility. E. Acceptance Criteria Certification by the Government of satisfactory services provided is contingent upon the Contractor performing in accordance with the terms and conditions of this contract and all modifications. F. Evaluation Factors and Subfactors Award of this order will be made on a competitive best value basis using the "lowest price, technically acceptable" basis. Evaluation will be made to identify all Offerors whose proposals are technically acceptable in accordance with the RFQ and the evaluation criteria set forth below. Award will be made to the Offeror from the pool of technically acceptable proposals, whose cost/price is lowest. Technical acceptability will be determined by evaluating ForeScout software. All technical evaluation criteria must be rated Acceptable to be considered for award. Each Offeror must fully document and substantiate a cross mapping of their cost approach as it equates to the technical approach listed in the evaluation criteria. Please note that unsubstantiated costs that are considered unrealistic or unsupported or both may cause the overall technical evaluation to be rated Unacceptable. The following evaluation factors and subfactors are listed in decreasing order of importance. Evaluation Factor 1: Technical Capabilities/Specifications/Salient Characteristics Evaluation Factor 2: Cost/Price G. Clauses and Proposal Instructions See solicitation for all clauses NOTE: Government will not assume that the offeror possesses any capability or knowledge unless it is specified in the proposal. All proposals MUST include price (see Saline Characteristics inside Solicitation), payment terms, and a point of contact (POC), name and phone number. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-12-R-0066/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN02849945-W 20120824/120823000143-a57fa1db7d6f77ae94a014e9b3f3745a (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.