|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 7,1999 PSA#2257CECOM SOUTHWEST ACQUISITION CENTER, ATTN: AMSEL-AC-CC-E-CA, FORT
HUACHUCA AZ 85613-6000 70 -- ARMY-WIDE LICENSE FOR NETWORK-BASED AND HOST-BASED INTRUSION
DETECTION SYSTEM SOFTWARE AND FIREWALL-LIKE TECHNOLOGY FOR WAN AND LAN
BASED SYSTEMS. SOL DAAB32-99-R-0004 DUE 012299 POC Contract
Specialist, Kim Wentrcek (520) 533-5269 or Contracting Officer Connie
Avallone (520) 533-0455 CECOM Acquisition Center Southwest Operations
Office Building 60801, Room 3410 Fort Huachuca, AZ 85613-5000 (Site
Code DAAB32) This is a combined synopsis/solicitation for commercial
items prepared in accordance with the format at FAR Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested under solicitation DAAB32-99-R-0004 at
http://acbop.monmouth.army.mil/. Solicitation DAAB32-99-R- 0004 is
issued as a request for proposal; the solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular (FAC) 97-9. This is an unrestricted acquisition;
proposals from all responsible sources will be considered. All proposed
software must have a written security target by close of this
solicitation. The security target will be based on Version 2.0 of the
Common Criteria (NSA and NIST International Standards). The Standard
Industrial Classification (SIC) code for this acquisition is 7372; the
small business size standard is $18 million. There are two SOWs for
this acquisition; the 1st is for the Network-Based Intrusion Detection
System Software (SOW 0001) and the Wide Area Network (WAN)- Based
Firewall-Like Technology and the 2nd is for Host-Based Intrusion
Detection System Software and the Local Area Network (LAN)- Based
Firewall-Like Technology (SOW 0002). The only differences between the
two (2) statements of work are; SOW 0001 paragraph 2 requires perimeter
security protection from external and internal computer attacks and SOW
0002, paragraph 3, 5.1., and 5.2 have an additional requirement of AIX
4.1X OS. The requirements are for Army-wide licenses for network-based
and host-based intrusion detection system (IDS) software and
firewall-like technology for WAN and LAN-based systems for the Army
Network Security Improvement Program (NSIP) to support the total force.
The period of performance of this SOW will consist of the base year
with four one-year options. It is anticipated that the base period of
performance will begin upon award of contract. Offerors are not
obligated to propose on all four Contract Line Item Numbers (CLINs)
(0001, 0002, 0003 and 0004 -- they may propose on all or some of the
CLINs), however, if the offeror proposes on a CLIN they MUST propose on
every applicable Subcontract Line Item Number (SLIN) for that CLIN.
Contract line items are as follows: 0001 NETWORKED BASED INTRUSION
DETECTION SYSTEM SOFTWARE (12 months from award of contract) 0001AA
PERPETUAL ARMY-WIDE INTERNAL USE LICENSE WEBSITE: DOWNLOADABLE SOFTWARE
AND MANUALS (from a secure website) (estimated quantity 1000) TRAINING
(maximum of 35 people total -up to 3 sessions at Fort Huachuca, 2
sessions at Fort Gordon) 300 COPIES OF SOFTWARE MEDIA AND HARD COPIES
OF THE MANUALS -(maintenance to be included in this price)
WARRANTY/UPGRADES 1 LT 0001AB OPTION YEAR 1 -- WEBSITE/WARRANTY AND
UPGRADES (12 months) 1EA 0001AC OPTION YEAR 2 -- WEBSITE/WARRANTY AND
UPGRADES (12 months) 1EA 0001AD OPTION YEAR 3 -- WEBSITE/WARRANTY AND
UPGRADES (12 months) 1EA 0001AE OPTION YEAR 4 -- WEBSITE/WARRANTY AND
UPGRADES (12 months) 1EA 0002 HOST BASED INTRUSION DETECTION SYSTEM
SOFTWARE (12 months from award of contract) 0002AA PERPETUAL ARMY-WIDE
INTERNAL USE LICENSE WEBSITE: DOWNLOADABLE SOFTWARE AND MANUALS (from
a secure website) (estimated quantity 4000) TRAINING (maximum of 35
people total -up to 3 sessions at Fort Huachuca, 2 sessions at Fort
Gordon) 300 COPIES OF SOFTWARE MEDIA AND HARD COPIES OF THE MANUALS
-(maintenance to be included in this price) WARRANTY/UPGRADES 1 LT
0002AB OPTION YEAR 1 -- WEBSITE/ WARRANTY AND UPGRADES (12 months) 1 EA
0002AC OPTION YEAR 2 -- WEBSITE/WARRANTY AND UPGRADES (12 months) 1 EA
0002AD OPTION YEAR 3 -- WEBSITE/WARRANTY AND UPGRADES (12 months) 1 EA
0002AE OPTION YEAR 4 -- WEBSITE/WARRANTY AND UPGRADES (12 months) 1 EA
0003 WAN BASED FIREWALL-LIKE TECHNOLOGY SOFTWARE (12 months from award
of contract) 0003AA PERPETUAL ARMY-WIDE INTERNAL USE LICENSE WEBSITE:
DOWNLOADABLE SOFTWARE AND MANUALS (from a secure website) (estimated
quantity 1000) TRAINING (maximum of 35 people total -up to 3 sessions
at Fort Huachuca, 2 sessions at Fort Gordon) 300 COPIES OF SOFTWARE
MEDIA AND HARD COPIES OF THE MANUALS -(maintenance to be included in
this price) WARRANTY/UPGRADES 1 LT 0003AB OPTION YEAR 1 -- WEBSITE/
WARRANTY AND UPGRADES (12 months) 1 EA 0003AC OPTION YEAR 2 --
WEBSITE/WARRANTY AND UPGRADES (12 months) 1EA 0003AD OPTION YEAR 3 --
WEBSITE/WARRANTY AND UPGRADES (12 months) 1 EA 0003AE OPTION YEAR 4 --
WEBSITE/WARRANTY AND UPGRADES (12 months) 1 EA 0004 LAN BASED
FIREWALL-LIKE TECHNOLOGY SOFTWARE (12 months from award of contract)
0004AA PERPETUAL ARMY-WIDE INTERNAL USE LICENSE WEBSITE: DOWNLOADABLE
SOFTWARE AND MANUALS (from a secure website) (estimated quantity 4000)
TRAINING (maximum of 35 people total -up to 3 sessions at Fort
Huachuca, 2 sessions at Fort Gordon) 300 COPIES OF SOFTWARE MEDIA AND
HARD COPIES OF THE MANUALS -(maintenance to be included in this price)
WARRANTY/UPGRADES 1 LT 0004AB OPTION YEAR 1 -- WEBSITE/ WARRANTY AND
UPGRADES (12 months) 1 EA 0004AC OPTION YEAR 2 -- WEBSITE/WARRANTY AND
UPGRADES (12 months) 1 EA 0004AD OPTION YEAR 3 -- WEBSITE/WARRANTY AND
UPGRADES (12 months) 1 EA 0004AE OPTION YEAR 4 -- WEBSITE/WARRANTY AND
UPGRADES (12 months) 1 EA All items delivered under any resulting
contract shall be shipped, FOB Destination, no later than 5 days (15
days OCONUS) after receipt of order to: The point of contact for
delivery will be determined at contract award. Deliveries will be
accepted 7:30 a.m. to 4:00 p.m. MST, Monday through Friday, except
federal holidays. The provisions at FAR 52.212-2, Evaluation-
Commercial (Oct 1995) and Commercial Items FAR 52.212-1 Instructions to
Offerors-Commercial Items, apply to this acquisition. Offers will be
evaluated on Factor 1 Technical; the capability to meet the
Government's requirements: Subfactor 1 -- Technical Expertise (such as:
warranty support plan, technical aspects of software & manual, and
terms of license), Subfactor 2 -- Services (training), Factor 2 the
offeror's past performance in the areas of reliability IAW FAR 52.212-1
(b) (10), delivery schedule, and warranty; and Factor 3 price. Offerors
shall submit the following items for evaluation purposes: copy of
licensing agreement, warranty support plan, copy of software manual for
all software proposed, contractor cross-walk checklist, and the
training plan for all software proposed. The evaluation will be based
on an integrated assessment of general considerations consisting of
technical, past performance, and price in order to determine which
offeror(s) proposal offers the best value to the Government, price and
other factors considered. In making the best value determination, the
combination of technical and past performance, is significantly more
important than the offered price. Subfactor 1 Technical Expertise is
significantly more important than Subfactor 2 Services. Factor 1 --
Technical is significantly more important than past performance or
price. Past performance and price are equal in weight. Offerorsare
reminded that the Government reserves the right to make a tradeoff
analysis to determine which proposal offers the best value, therefore
award could be made to other than the offeror with the lowest overall
price if the added technical and past performance risk benefits offered
warrants paying a higher price. Offerors shall include a completed copy
of the provision at FAR 52.212-3, Offeror Representations and
Certifications -- Commercial Items (Oct 1995), and the provision at
DFARS 252.212-7000, Offeror Representations and Certifications --
Commercial Items (Nov 1995), with each offer. The clause at FAR
52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 1995),
applies to this acquisition. The clause at FAR 52.212-5, Contract Terms
and Conditions Required to Implement Statues or Executive Orders --
Commercial Items (Jan 1996), applies to this acquisition, as does the
clause at DFARS 252.212-7001, Contract Terms and Conditions Required to
Implement Statues or Executive Orders Applicable to Defense
Acquisitions of Commercial Items (Nov 1995). The following CECOM Local
Clauses are also in effect: YEAR 2000 WARRANTY (COMMERCIAL ITEMS) FEB
1998 and YEAR 2000 WARRANTY (SERVICES) NOV 1997. The full text of
applicable provisions as well as any addenda thereto, both Statements
of Work, and the contractor cross-walk checklist may be downloaded
under solicitation DAAB32-99-R-0004 at http://acbop.monmouth.army.mil/.
Offers are due at the CECOM Acquisition Center, Southwest Operations
Office (address above) no later than 3:00 p.m. January 22, 1999.
Questions and answers may be submitted via email to
wentrcekk@emh1.hqisec.army.mil or faxed to (520) 538-8556. For
additional information concerning this solicitation, contact Connie J.
Avallone or Kim Wentrcek at the telephone numbers/emails above. Posted
01/05/99 (I-SN285176). (0005) Loren Data Corp. http://www.ld.com (SYN# 0247 19990107\70-0009.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|