Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2023 SAM #7752
SOURCES SOUGHT

99 -- Security Information and Event Monitoring (SIEM) and Test Equipment

Notice Date
2/15/2023 5:16:07 AM
 
Notice Type
Sources Sought
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
Security_Information_and_Event_Monitoring
 
Response Due
3/1/2023 1:00:00 PM
 
Point of Contact
Rem D. Ngo, Phone: 4103062667, Victoria M. Dorsey
 
E-Mail Address
Rem.D.Ngo.civ@army.mil, Victoria.M.Dorsey.civ@army.mil
(Rem.D.Ngo.civ@army.mil, Victoria.M.Dorsey.civ@army.mil)
 
Description
SOURCES SOUGHT FOR� SIEM & TEST EQUIPMENT FOR FOREIGN MILITARY SALES (FMS) Description SOURCES SOUGHT FOR SIEM & TEST EQUIPMENT INTRODUCTION The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) on behalf of the Communications-Electronics Command Security Assistance Management directorate (CECOM SAMD) is issuing this Sources Sought notice as a means of conducting market research to identify potential sources having an interest in, industry technologies available and capability to fulfill FMS requirements.� The result of this sources sought/market survey will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market survey, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. 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 submissions. The U.S. Government requests that interested parties submit a brief description of your company, your company�s solution, and your ability to meet potential system requirements.� 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 SOURCES SOUGHT/MARKET RESEARCH IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND CECOM SAMD administers and manages FMS cases including requirements for Partner Nation (PN). CECOM SAMD�s goal is to satisfy customer country requirements for SIEM & TEST EQUIPMENT. REQUIRED CAPABILITIES � The purpose of this market research/sources sought is to identify interested sources that are certified and able to provide requirements to Tunisia. The equipment shall be delivered via DTC 7. 3.1.1. SIEM EQUIPMENT. �The contractor shall deliver one (1) package of Security Information and Event Monitoring (SIEM) and OSINT Platform support equipment according to the models, descriptions, and quantities as listed below.� QTY�� �PART #� � � � � � � � � �DESCRIPTION 1�� �Splunk 250GB Option SE-T-LIC-ST�� �Splunk Enterprise - Term License with Standard Success Plan - 250 GB/day Support begins upon delivery and is valid for three years (1095 days) 1�� �ES-T-LIC-ST�� �Splunk Enterprise Security - Term License with Standard Success Plan - 250 GB/day Support begins upon delivery and is valid for three years (1095 days) 10�� �Cisco UCSC-C220-M5SX�� �UCS C220 M5 SFF 10 HD w/o CPU, mem, HD, PCIe, PSU 10�� �CON-3SNT-C220M5SX�� �3YR SNTC 8X5XNBD UCS C220 M5 SFF 10 HD w/o CPU, mem, HD, PCI 8�� �UCS-SD-64G-S�� �64GB SD Card for UCS Servers 2�� �CIMC-LATEST�� �IMC SW (Recommended) latest release for C-Series Servers. 2�� �UCSC-RAILB-M4�� �Ball Bearing Rail Kit for C220 & C240 M4 & M5 rack servers 4�� �UCSC-HS2-C220M5�� �Heat sink for UCS C220 M5 rack servers CPUs above 150W 20�� �UCSC-BBLKD-S2�� �UCS C-Series M5 SFF drive blanking panel 2�� �UCSC-SATAIN-220M5�� �C220 M5 (8-drive) SATA Interposer board 10�� �UCS-MSTOR-SD�� �Mini Storage Carrier for SD (holds up to 2) 4�� �UCSC-PSU1-770W�� �Cisco UCS 770W AC Power Supply for Rack Server 12�� �UCS-ML-X32G2RS-H�� �32GB DDR4-2666-MHz LRDIMM/PC4-21300/dual rank/x4/1.2v 4�� �CAB-9K12A-NA�� �Power Cord, 125VAC 13A NEMA 5-15 Plug, North America 2�� �UCS-SID-WKL-UNK�� �Unknown 2�� �UCS-SID-INFR-CFP�� �Converged-FlexPod 2�� �UCSC-MLOM-C25Q-04�� �Cisco UCS VIC 1457 Quad Port 10/25G SFP28 CNA MLOM 2�� �N20-BKVM�� �KVM local IO cable for UCS servers console port 4�� �UCS-CPU-8180M�� �2.5 GHz 8180M/205W 28C/38.50MB Cache/DDR4 2666MHz 1�� �NetApp E5760 - E-X5730A-0E-C�� �Enclosure,4U-60, DE460C, Empty, 2PSU,2325W,0E, -C 2�� �E5700A-64GB-FC-0E-C�� �E5700A,64GB Cntrlr, No HIC,16Gb FC,2-pt, -C 10�� �E-X4093A-0E-C�� �SSD,1.6TB,12Gb, Non-FDE, DE460C,0E, -C 10�� �E-X4132A-0E-C�� �DSK DRV,12TB,7.2k,12Gb, Non-FDE, DE460C,0E, -C 160�� �OS-SANTRICITY1-CAP3-0E-C�� �OS Enable, Per-0.1TB, SANTRCTY, Ultra-Stor,0E, -C 1200�� �OS-SANTRICITY1-CAP1-0E-C�� �OS Enable, Per-0.1TB, SANTRCTY, Cap-Stor,0E, -C 4�� �X-48895-00-0E-R6-C�� �SFP,10Gb iSCSI/16Gb FC, Unified, E-Series,0E, -C 2�� �X-00061-00-0E-C�� �Battery, E2800, E5700,0E, -C 1�� �DOC-DE460C-SYS-C�� �Install Documents, System, DE460C, -C 1�� �CS-NRD2-E�� �Non Returnable Disk Plus, e 1�� �CS-SEC-NBDD�� �SE Secure, Next Bus Day Parts Delivery 4�� �X-26010-00�� �Cable, Host, Optical, LC/LC,OM4,2m 2�� �X6561-R6�� �Cable, Ethernet, 2m RJ45 CAT6 3.1.2. TEST EQUIPMENT. �The contractor shall deliver two (2) Spectrum Analyzers, that allows detection of unknown unknown, illegal, disruptive, and anomalous transmissions from 10Khz to 24 Ghz. *****NOTE***** Request responses MUST include Rough Order of Magnitude (ROM) price and availability (P&A) information for the equipment described. �If the customer has not yet identified system quantity requirements, request the P&A estimate provide single unit costs and costs for multiple units if the estimate includes quantity discounts. � SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY �� � NAICS code�� �423430 - Computer and Computer Peripheral Equipment and Software Merchant Wholesalers Product Service Code (PSC)�� �N/A Federal Supply Code (FSC)�� �1.1: Information Technology and Telecommunications � Application � SUBMISSION DETAILS Interested sources should furnish the following information, in the format provided below: (1) Name and address of company, with Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. Any interested company must be registered with Central Contractor Registration (CCR). (2) Point of Contact Name, Department, phone number, and email address. (3) Identify past and current services your company offers that exactly match the capabilities specified above. (4) Address your company's capability to act as a single provider for the hardware and services defined herein. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. No phone or email solicitations with regards to the status of any resulting request for proposal (RFP) will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement(s), shall be electronically submitted to Contract Specialist, Rem D. Ngo, in either Microsoft Word or Portable Document Format (PDF), via email Rem.d.ngo.civ@army.mil no later than 4:00p.m. Eastern Daylight Time (EDT) on 1 March 2023. Reference this sources sought/synopsis number in the e-mail subject line and on all enclosed documents. Responses shall include documented capability to deliver required systems and services. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. 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. � ��� �ABERDEEN PROVING GROUND, MD 21005-5001�� � Primary Point of Contact����������������������������������������������������������������������������������������������������������������� Rem D. Ngo Email: Rem.d.ngo.civ@army.mil Secondary Point of Contact��������������������������������������������������������������������������������������������������������������������������������������� Victoria M. Dorsey Email: victoria.m.dorsey.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9805dac7da8c4d02b8e83ba87f945bd7/view)
 
Record
SN06593132-F 20230217/230215230119 (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 |
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.