Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 7,1999 PSA#2257

CECOM 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