Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
SOLICITATION NOTICE

70 -- IP Intelligence Software License and Maintenance

Notice Date
9/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
HC1028-12-R-0124
 
Archive Date
10/4/2012
 
Point of Contact
Lindsay E. Musenbrock, Phone: 6182299694, Adam M Venhaus, Phone: 618-229-9272
 
E-Mail Address
lindsay.e.musenbrock.civ@mail.mil, adam.m.venhaus.civ@mail.mil
(lindsay.e.musenbrock.civ@mail.mil, adam.m.venhaus.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
IMPORTANT NOTE: FBO site is having issues and will not allow attaching documents to a notice. Quotes are being requested and a written solicitation will be provided once the system is back up and running. Please EMAIL me (see email below) for the Solicitation document if you are interested in this procurement in the meantime. The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Software Section (DITCO/PL8321), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue a firm-fixed price purchase order. This acquisition is to purchase an IP Intelligence data software and maintenance to support their Noesis system. Noesis provides near real-time traffic analysis in the CDC for over two hundred analysts monitoring the Global Information Grid (GIG). Evaluation of quotes will be determined by the Lowest Price Technically Acceptable (LPTA). The product requested needs to meet the technical requirements, as followed: 1. The purchase needs to be a software product that may be installed on multiple servers and not a physical appliance which is installed into the hardware racks to perform the following tasks. This software shall include a reliable IP geolocation dataset with a rigorous methodology and quality control process to ensure accurate results (independently audited results to better than 99% at the country level). The geolocation dataset shall be updated at least weekly. 2. The required data elements include: IP address range, country, region/state, city, country confidence, region/state confidence, city confidence, time zone, latitude, longitude, connection type, line speed, Autonomous System Number (ASN), company (whois), and domain. • Supporting technical data for all IP address assignments (current and historical) which is available to assist with forensic analysis. This shall include trace routes, host names, usage statistics and domain names • Verifiable third-party audit of systems, processes, and data accuracy to assure that data provided is of sufficient quality and that accuracy claims are substantiated • Documented demonstrable support for each IP address assignment • IP geolocation data shall be updated at least weekly • The IP address version 4 geolocation precision shall be such that over 50% of all rows in any week's dataset shall span less than 256 addresses • An IP address version 6 geolocation dataset of similar reliability and precision to the IP address version 4 geolocation dataset shall be available no later than October 1. 3. A reliable list of anonymizers with a rigorous methodology and quality control process to ensure accurate results is provided each time. The anonymizer list shall be reviewed and updated at least weekly. • Active testing of anonymizing IP addresses and networks with ability to identify status with supporting data that includes: date of initial identification as proxy, history of active status, TOR nodes, type of anonymizing proxy, port utilized by proxy, degree of encryption support by the proxy 4. Shall include 12 months of maintenance. 5. Delivery Requirements: Available as an rsync or ftp data feed of files in ASCII format with a well-documented file layout that is easy to traverse and read. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) System for Award Management (SAM) database. The SAM website is http://www.sam.gov/. All quotes are due NLT 19 September 2012, 10:00 AM CST. Please contact lindsay.e.musenbrock.civ@mail.mil, (618-229-9694) with questions. Please copy adam.m.venhaus.civ@mail.mil to all emails in case I am out of the office. Please complete the attached solicitation and return it to me. Vendors will need to fill in blocks 12, 30(a), (b), and (c) on page 1, the CLIN amount on page 3, the technical functionalities on pages 4-9, as well as the the Contractor POC information on page 10 of the Standard Form (SF) 1449.. Be sure page 1 is SIGNED. In response to this RFP, no terms, conditions, or assumptions will be entertained. All issues will be resolved with questions and answers during the time period described above. Submission of terms, conditions, or assumptions included in the Contractor proposal may be cause for the proposal to be determined non-responsive to this RFP and the proposal may be excluded from further consideration. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED RFQ: 1. DUNS Number: 2. TIN Number: 3. CAGE Code: 4. Contractor Name: 5. Payment Terms (net 30) or Discount: 6. Delivery Date: 7. Business Size (i.e. small, women-owned, etc.): 8. Point of Contact & Phone Number: 9. Fax Number: 10. Email address: 11. FOB (destination or origin):
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-12-R-0124/listing.html)
 
Place of Performance
Address: DISA Acquisition Building, Attn: Stephanie Mitchell, 6910 Cooper Ave, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN02881771-W 20120915/120914001430-9ac9f302fc7906f320d395d72fa5d375 (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.