SOURCES SOUGHT
70 -- Cyber Security Enhancement � Encryption
- Notice Date
- 4/28/2020 5:37:39 AM
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- SOURCE_SOUGHT-NETWORK_ENCRYPTION_SYSTEM
- Response Due
- 5/28/2020 5:00:00 PM
- Archive Date
- 05/29/2020
- Point of Contact
- REM D. NGO, Phone: 4103062667
- E-Mail Address
-
rem.d.ngo.civ@mail.mil
(rem.d.ngo.civ@mail.mil)
- Description
- NAICS: 541690 - Other Scientific and Technical Consulting Services; 541512 - Computer Systems Design Services PSC: 7010 Information Technology Equipment System Configuration; 7050 Information Technology Components SOURCES SOUGHT TECHNICAL DESCRIPTION�� INTRODUCTION The US Army Communications-Electronics Command (CECOM) Security Assistance Management Directorate (SAMD) is issuing this sources sought announcement in response to the country of Georgia�s request for availability and rough pricing information regarding Georgia Defense Forces Cyber Security Enhancement � Encryption.� Upon receipt of such information, Georgia will be able to further develop plans to obtain equipment and services. DESCRIPTION: Need for encryption devices: Georgia requires pricing/availability information and other assistance to obtain encryption hardware, software, related items and services to allow the rapid movement of data and information up to the SECRET level. Current Ministry of Defense network information follows. -Network: Independent Formatting Objects (FO) net. -Typology: Bus. -Bandwidth: 1 Gigabyte Requested future capabilities includes the following: -Estimated number of encryption devices required: 125. -Compatible with Cisco and HP devices. -Connection range: 1 Gigabit or higher. -Encryption: Military. -Supports IPv4 and IPv6. -Supports centralized management. -Supports electronic and digital key distribution. -Supports secure multicast. -Supports hot standby. -Supports NAT support (UPD encapsulation). -Software upgradeable. -Routing capable. -Rack mountable This effort should be planned and managed under the total package fielding approach including opportunities for new equipment operator and maintenance training, on-site support during start-up, initial repair parts stockage, maintenance reach back for complex failures, required publications, warranty coverage and hardware/software upgrades.� It is essential to obtain the capability to encrypt and move SECRET level information and data on the existing network(s). Standalone encryption devices are sought, of military grade with centralized key management (not routers with encryption capabilities). Design of the classified network will be done by Georgia. Encryption devices must work with existing HP and Cisco hardware products in the network. �The network includes main data center, backup center, and multiple brigade and battalion levels each in a IT equipment room. Encryption devices should be rugged: Shock and Vibration - MIL-STD-810F; Protocols - TCP, UDP, IPv4/IPv6, Dual Stack, ICMP, IGMP, ARP, DHCP; Network Features - Dynamic IP addressing, Centralized key management; Ethernet interfaces: 10/100.� The Georgian MoD will perform, after installing, a system accreditation to bring it to the national Secret level by 2021. - NATO classified network and its accreditation requirements are acceptable. Current MOD intranet current security measures are: Firewall (Checkpoint); Antivirus program (Symantec Endpoint Protection); VPN Encryption between Layer 2 Routers AES 256; Data Loss Prevention program (DLP); Database Security (DB Firewall); For the Physical security measures, protected secure Racks will be installed on the FO backbone. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Item: Hardware delivery Location: Delivery at origin to Freight Forwarder or Defense Transportation Service Item: Training, installation, and support services Location: Europe (Georgia) DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND CECOM SAMD is designated as the implementing agency�s executive for this Foreign Military Sales (FMS) RESPONSES Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length. Additional material without limit may be provided in the form of specification sheets, items descriptions, and product presentations. The deadline for response to this request is no later than 8 pm, EST May 28 2020. All responses under this Sources Sought Notice must be e-mailed to Rem D. Ngo at rem.d.ngo.civ@mail.mil. � This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? 3.) A Rough Order of Magnitude estimate, or estimates, for the scope of this work. If different courses of action are possible, or if optional hardware solutions are available, each may be presented and separated addressed. If a response is based on caveats and assumptions regarding requirements and acceptable solutions, please be free to state such and offer the different options. �4.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. The contract type is anticipated to be Firm-Fixed Price. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist Rem D, Ngo, in either Microsoft Word or Portable Document Format (PDF), via email rem.d.ngo.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. � No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5b07759fe1f947c8bed4ff9491324351/view)
- Place of Performance
- Address: GEO
- Country: GEO
- Country: GEO
- Record
- SN05638712-F 20200430/200428230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |