SOURCES SOUGHT
D -- Colocation Hosting/Telecommunication Circuit for External Access and AWS-Direct-Connect
- Notice Date
- 6/11/2015
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Department of Justice, Office of Justice Programs, OJP/Acquisition Management Division, 810 Seventh Street NW, Washington, District of Columbia, 20531
- ZIP Code
- 20531
- Solicitation Number
- DJO-OCIO-15-P-0382
- Archive Date
- 7/4/2015
- Point of Contact
- John A. Culmer, Phone: 2023076879, Joy Garrett-Bey, Phone: 202-532-0120
- E-Mail Address
-
John.Culmer@ojp.usdoj.gov, Joy.Garrett-Bey@usdoj.gov
(John.Culmer@ojp.usdoj.gov, Joy.Garrett-Bey@usdoj.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- U.S. DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMS The Office of Justice Programs (OJP) is issuing this Sources Sought Notice to determine the availability of small businesses (e.g., 8(a), Service-Disabled Veteran-Owned small business, Historically Underutilized Business Zone (HUBZone) Small Business, Small Disadvantaged Business, Veteran-Owned Small Business, Women-Owned Small Business, and Economically Disadvantaged Women-Owned Small Business) for the anticipated requirement titled: Colocation/Hosting/Telecommunication Circuit for External Access and AWS-Direct-Connect. Pursuant to FAR Part 10, the government is conducting market research to determine: what sources exist that are capable of satisfying the requirements listed below; *the appropriate NAICS code; *the capabilities of potential contractors; *the size and status of potential sources; and *the level of competition. Note: The federal government will not pay for the provision of any information nor will it compensate any respondents for providing this information. This notice is NOT A REQUEST FOR PROPOSAL or REQUEST FOR QUOTATION and in no way obligates the federal government to award any contract. Neither DOJ nor OJP will be responsible for any costs incurred in responding to this notice. OJP Hybrid Cloud Network Security POD Colocation Services in Seattle, Washington 1. Introduction and Overview The Department of Justice/Office of Justice Programs/Office of the Chief Information Officer (OCIO) seeks to contract for a location in Seattle, Washington to deploy a network/cyber security stack in order to secure OJP‘s Amazon Web Services Government Cloud footprint. This network/cyber security stack is required to be collocated at a "point of delivery" or POD within an Amazon Web Services approved data center in close proximity to Amazon Web Services FedRamp certified GOV cloud which is currently located on the West Coast of the United States. This POD location will be required to provide power, space and network connectivity required to accommodate OJP Hybrid Cloud Network Security Stack. 2. Background While the AWS cloud offers numerous developmental and operational benefits to OJP, there are major challenges in deployment of cyber security solution stacks within AWS. The AWS cloud contains multiple private enclaves which hosts various web platforms. These enclaves have to be secured individually using a security stack per enclave thereby requiring acquisition of multiple security stacks. In comparison, within the OJP traditional data centers a single security stack caters to multiple disparate Internet facing enclaves. The adoption of this type of single security stack method will not only allow cost savings but also provide a single point of monitoring and cyber defense by OJP Security Operations (SecOps). Therefore, an AWS cloud solution integrated with OJP network security stack is necessary in order to minimize costs, enable central management and enhance security. In order to accomplish these objectives, a hybrid cloud solution is required in which the OJP network/cyber security stack is collocated in a traditional data center POD and all aforementioned cloud enclaves traverse through this centralized network/cyber security stack. Moreover, the hybrid cloud solution is required to be deployed in close physical proximity to AWS federal cloud (Gov. Cloud) located in the Seattle Washington Metro area. This deployment model could eliminate any unforeseen performance issues due to security stack location in the central or eastern part of the country. The required solution consists of deployment of OJP network/cyber security stack with a Seattle based commercial colocation provider. 3. Applicable Documents: A detailed listing of the initial anticipated collocation hardware is listed below. • 4 Server Racks with the following equipment OJP CAB 817 6509 CISCO Catalyst P51247 OJP CAB 817 6509 CISCO Catalyst M82251 OJP CAB 817 5020 CISCO Nexus M82259 OJP CAB 817 5020 CISCO Nexus P51249 OJP CAB 818 6900 BIGIP R06409 OJP CAB 818 6900 BIGIP R06408 OJP CAB 821 1120 Secure ACS - CISCO M82403 OJP CAB 821 1200-16D NET WITNESS M82395 OJP CAB 821 3D3500 SOURCE FIRE M82401 OJP CAB 821 Gigavue-420 GIGAMON R06281 OJP CAB 821 GX120i BREACH SECURITY Web Defend M82389 OJP CAB 821 GX120i BREACH SECURITY Web Defend R06501 OJP CAB 821 5032 AVOCENT Cyclades M82405 OJP CAB 821 3600A FORTINET Fortgate P51252 OJP CAB 821 3600A FORTINET Fortgate P51253 OJP CAB 816 2148T CISCO P51246 OJP CAB 817 3750 CISCO R06079 OJP CAB 817 3750 CISCO R06080 4. Scope Colocation and Telecommunication services: The scope of work for the network/cyber security stack deployment services include the following: • Provisioning of redundant power, space required to accommodate the OJP network/cyber security stack • Provisioning of redundant connectivity to OJP secure cloud environment hosted within Amazon Web Services Government cloud (AWS Direct Connect) • Provisioning of redundant Internet connectivity to OJP network/cyber security stack located within a colocation space in the Seattle Washington Metropolitan Area. • Provide remote troubleshooting assistance with OJP network/cyber security stack and physical infrastructure. Colocation provider Tasks/Responsibilities a) Provide a private secure cage rated at 35kVA. The aforementioned cage should be able to accommodate quantity 7 of customer provided 19" cabinets with a power draw of 5kVA draw. The above cage access should contain following facilities: mesh walls, demarcation rack with patch panels, locking door, ladder rack, and fiber raceway up to first cabinet position or up to 10 feet; security accessories include cameras and biometric scanners to access to access data center. b) Provide cable trays for power and cables, security and PDUs. c) The power required should be a minimum of 7 redundant circuits with primary and secondary circuits of 30Amp 208VAC. d) At a point of presence in Seattle provision 1 GB/s AWS Metro Ethernet Direct Connect redundant circuits (Active/Passive) and provide single mode cross-connect fiber to OJP network equipment (Cisco ASR router). Demonstrate circuit up status by means of physical layer and data link layer tests. Assist OJP staff with testing failover of the direct connect circuit. e) Internet Access • Redundant (2) and scalable Metro Ethernet Internet circuit (Active/Passive) with 100Mb/s initial CIR and be burstable. • Demonstrate circuit up status by means of physical layer and data link layer and Network layer tests. • The circuit should be upgradable to 200Mb/S and 1Gig. Terminate this circuit in OJP ASR 1002 router. Assist the OJP staff with circuit activation and troubleshooting. • The colocation provider should assist the circuit turn up and advice on all specifications required for this router (LC/SC/RJ-45 interface cards). • Provide 254 Publicly routable IP addresses. The address space shall be scalable as needed.. f) Please see the following matrix for the necessary physical security, environmental and technical requirements fulfilled by the colocation facility. The following matrix depicts required features to be delivered by colocation provider Required Capability Dedicate Cage Security Camera Surveillance N+1 UPS Power Redundant DC Power N+1 HVAC 24/7 Access Data Center and Cage NOC monitoring Hands on Support Onsite Technical Support AWS Direct Connect Internet Access Armed Guards POST Implementation Support • Hands on support for power cycling, rebooting, keyboard access, card swapping, and emergency equipment replacement of devices, escort of vendors into the data center location to replace/swap out faulty equipment. • Provide network performance monitoring and security metrics for both Internet egress/ingress traffic. • Provide troubleshooting assistance with AWS direct connect physical circuit. 5. Place of Performance This contract shall be performed at OJP's Vendor's collation facility in Seattle Washington. Respondents to this RFI shall provide the following information: a) Vendor background summary including contractor name, address, DUNS, point of contract information, email address, telephone #, Website address, small business socioeconomic designation, and any GSA schedule number. b) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, staffing a site capability. If subcontracting or a teaming arrangement is contemplated in order to deliver technical capability, organizations should address the specific structure of such an arrangement. c) Past Performance. Provide a list of previous or current contracts of similar scope and complexity. Provide customer contact information where these services were provided to include customer contact information, name of customer, telephone number and email address. The Government will evaluate market information to ascertain potential market capacity to provide services consistent in scope to those described in the notice. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/LEAA5/LEAA5/DJO-OCIO-15-P-0382/listing.html)
- Place of Performance
- Address: Seattle, Washington, United States
- Record
- SN03762090-W 20150613/150611235841-3a3109304ee0612ee5cf751aab211674 (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 |