Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

70 -- FIREWALL

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 N. Fort Myer Drive, Arlington, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1069-6Z3301
 
Response Due
9/14/2006
 
Archive Date
3/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1069-6Z3301 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Thursday, September 14, 2006 at 17:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be ARLINGTON, VA 22209 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Netscreen-204 W/US Power-Cord 400MBPS Firewall/200MBPS VPN Device PART# NS-204-001, 1, EA; LI 002, NEXT DAY SUPPORT FOR N204 PART# SVC-ND-N204, 1, EA; LI 003, Nextscreen-5GT Plus 75MBPS Firewall/20MBPS VPN Device PART# NS-5GT-101, 57, EA; LI 004, J-CARE Nextday Support for NS5X All NS5/HSC Products PART# SVC-ND-NS5X, 57, EA; LI 005, Netscreen Security Manager License for Up to 100 Devices PART# NS-SM-100, 1, EA; LI 006, CORE SUPPORT FOR NSM-100 PART# SVC-COR-NSM-100, 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Bernice Barnes at barnesbl2@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. "Offerors are cautioned to address each specification completely when submitting their bid. Offerors that do not address each specification fully may be rejected without further consideration." CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Offerors quoting the brand name product that are not the manufacturer or an authorized distributor of the brand name product MUST submit a signed letter from the manufacturer of the brand name product stating the following: "Manufacturer, has agreed to supply brand name product to Your company for the purpose of providing the supplies to the DoS." FOB DESTINAION CONUS 1. Identification of agency and contracting activity: It is recommended that the Department of State use other than full and open competition for the acquisition of Juniper Netscreen VPN encryption devices and support services for model 5GT, 5XT, NS-204, NS-208, NS-5200 for use by Bureau of Diplomatic Security, Chief Technology Office. 2. Nature and/or/description of the action being approved: It is required that the Juniper Netscreen VPN encryption devices and support services for model 5GT, 5XT, NS-204, NS-208, NS-5200 be purchase to upgrade the Department of State encryptors currently being utilized at DS. The current implementation of Safenet encryptors are nearing End-of-Life and will not be resubmitted to maintain FIPS 140-2 compliance. It is critical that new FIPS 140-2 compliant Ethernet based encryptors be implemented. The Juniper Encryptors will position the bureau to continue using current cabling, CSU/DSU?s and router interfaces utilizing existing infrastructure while providing an Ethernet based AES256 encryption schema that is FIPS 140-2 compliant. 3. Description of the supplies or services required to meet the agency?s needs: Netscreen-204 w/US power cord 400MBPS Firewall/200MBPS VPN Device, NS-204-001 Nextday Support for N204, SVC-ND-N204 Nectscreen-5GT PlusMBPS Firewall/20MBPS VPN Device, NS-5GT-101 J-CARE Nextday Support for NS5X All NS5/HSC Products, SVC-ND-NS5x Nextscreen Security Manager License for Up to 100 Devices, NS-SM-100 Core Support for NSM-100, SVC-COR-NSM-100 The supplies and services listed above is needed to ensure the The Juniper Netscreen VPN encryptors be able to provide the bureau the continue using current cabling, CSU/DSU?s and router interfaces utilizing existing infrastructure while providing an Ethernet based AES256 encryption schema that is FIPS 140-2 compliant. Juniper Netscreen devices are Common Criteria ICSA certified VPN gateways for interoperable, secure communications. The Juniper equipment will provide higher encrypted throughput than other evaluated brands enabling scalability and improved utilization of existing available bandwidth. There is potential for the aging Safenet devices to fail leaving the bureau without replacement hardware. Because the manufacturer will no longer provide replacements or updates the product must be replaced. Without encryption OpenNet Plus and Law Enforcement networks are vulnerable to outside attacks. Management is available through graphical Web UI, CLI, or the NetScreen-Security Manager central management system. 4. An identification of the Statutory Authority permitting other than full and open competition. The statutory authority permitting other than full and open competition is 41 U.S.C. 253 (c)(1) and (d)(1)(B)in the case of a follow-on contract for the continued development of a major system when it is likely that award to a source other than the original source would result in (i) substantial duplication of cost to the Government which is not expected to be recovered through competition, or (ii) unacceptable delays in fulfilling the DS's needs. The regulatory authority is FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. 5. A demonstration that the proposed contractor?s unique qualifications or nature of the acquisition requires use of the authority cited: Ds has been testing the Juniper devices and documenting the results for submission to the ITRB and ITCCB for approval. To date, DS has received ITRB approval to implement the Juniper product. The results of the tests were also compared to Safenet?s new line of encryptors and Nortel?s Contivity 600 encryptor. In both cases the Juniper outperformed the other two vendors. Also, the Juniper encryptors are available at a substantially lower price per unit. 6. A description of efforts made to ensure that Offers were solicited from as many sources as practicable: DS solicited multiple vendors of Juniper encryptors to ensure that the best price was obtained. This requirement will be competed among Juniper distributors 7. A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. The Contracting Officer will determine if the anticipated cost to the Government will be fair and reasonable . 8. A description of the market research conducted and the results or a statement of reasons a market research was not conducted. Market research was conducted; however this requirement will be competed among manufacturer distributors. 9. Any other facts supporting the use of other than full and open competition: The Juniper encryption equipment has been chosen to replace the aging Safenet encryptors currently being utilized at DS. It is critical that new FIPS 140-2 compliant Ethernet based encryptors be implemented. The Juniper Encryptors will position the bureau to continue using current cabling, CSU/DSU?s and router interfaces utilizing existing infrastructure while providing an Ethernet based AES256 encryption schema that is FIPS 140-2 compliant. Juniper Netscreen devices are Common Criteria ICSA certified VPN gateways for interoperable, secure communications. The Juniper equipment will provide higher encrypted throughput enabling scalability and improved utilization of existing available bandwidth. There is potential for the aging Safenet devices to fail leaving the bureau without replacement hardware. Because the manufacturer will no longer provide replacements or updates the product must be replaced. Without encryption Opennet and Law Enforcement networks are vulnerable to outside attacks. The Netscreen devices utilize a common firmware platform. The Firmware Version certified by NIST is ScreenOS 5.0 r9. Centralized, end-to-end device life-cycle management of the VPN and Intrusion Prevention devices, for granular control of configuration, network settings, and security policies is achieved through Netscreen Security Manager. The software is scalable with capability to manage up to 6000 devices. The National Institute of Standards and Technology (NIST) validated this equipment via FIPS 140-2 cryptographic module testing. No installation and services are required for this procurement. 10. A listing of sources, if any, that expressed in writing an interest in this acquisition: No other source other than Blue Tech Inc.have express an interest in this acquisition. Any responses received will be assessed. 11. A statement of the actions, if any, the Department may take to remove or overcome any barriers to competition before any subsequent acquisition for these supplies or services: The Contracting Officer will ensure all sources capable of providing this equipment are solicited IAW FAR 5.2. 1. Identification of agency and contracting activity: It is recommended that the Department of State use other than full and open competition for the acquisition of Juniper Netscreen VPN encryption devices model 5GT, 5XT, NS-204, NS-208, NS-5200 for use by Bureau of Diplomatic Security, Chief Technology Office. The estimated cost is $34,050.00. 2. Nature and/or/description of the action being approved: It is required that the Juniper Netscreen VPN encryption devices model 5GT, 5XT, NS-204, NS-208, NS-5200 be purchase to upgrade the Department of State encryptors currently being utilized at DS. The current implementation of Safenet encryptors are nearing End-of-Life and will not be resubmitted to maintain FIPS 140-2 compliance. It is critical that new FIPS 140-2 compliant Ethernet based encryptors be implemented. The Juniper Encryptors will position the bureau to continue using current cabling, CSU/DSU?s and router interfaces utilizing existing infrastructure while providing an Ethernet based AES256 encryption schema that is FIPS 140-2 compliant. 3. Description of the supplies or services required to meet the agency?s needs: The Juniper Netscreen VPN encryptors will position the bureau to continue using current cabling, CSU/DSU?s and router interfaces utilizing existing infrastructure while providing an Ethernet based AES256 encryption schema that is FIPS 140-2 compliant. Juniper Netscreen devices are Common Criteria ICSA certified VPN gateways for interoperable, secure communications. The Juniper equipment will provide higher encrypted throughput than other evaluated brands enabling scalability and improved utilization of existing available bandwidth. There is potential for the aging Safenet devices to fail leaving the bureau without replacement hardware. Because the manufacturer will no longer provide replacements or updates the product must be replaced. Without encryption OpenNet Plus and Law Enforcement networks are vulnerable to outside attacks. Juniper 5GT and 5XT OEM: Juniper Model: Netscreen 5GT NIST Cert# 629 OEM: Juniper Model: Netscreen 5XT NIST Cert# 606 The 5 series is a cost effective small footprint remote office encryption device. It will be used to support all the field, resident and satellite offices. It includes (5) Ethernet interfaces. The Juniper 5 series encryptor supports up to 2000 simultaneous sessions over a maximum of 10 encrypted tunnels with support for up to 100 policies. Management is available through graphical Web UI, CLI, or the NetScreen-Security Manager central management system. Juniper 204 and 208 OEM: Juniper Model: NS-204 and NS-208 NIST Cert# 607 The 200 series is a larger and faster encryptor to be used at the larger field offices. The NS-204 includes (4) 10/100 interfaces and the NS-208 includes (8) 10/100 interfaces. Encryption standards (3DES and AES) are performed at speeds up to 175 Mbps. They are also capable of providing redundant VPN gateways for an additional level of redundancy in a VPN network, by allowing backup tunnel definitions in the event of a lost VPN connection. The 200 series supports up to 128,000 sessions with a maximum of 1,000 tunnels and support for up to 4,000 policies. Juniper 5200 OEM: Juniper Model: NS-5200 NIST Cert# 603 The 5200 series is the largest encryptor that is FIPS 140-2 certified. They will be implemented at the two core offices of DS to support all other field offices and regional sites. The 5200 provides sub-second failover for high availability solutions. The NS-5200 includes (2) XFE 10GigE, or (8) mini-GBIC, or (2) mini-GBIC + 24 10/100 interfaces. Encryptions standards (3DES and AES) are performed at speeds up to 5 Gbps. The 5200 series supports up to 1,000,000 sessions with a maximum of 25,000 VPN tunnels and support for up to 40,000 policies. Management is available through graphical Web UI, CLI, or the NetScreen-Security Manager central management system. 4. An identification of the Statutory Authority permitting other than full and open competition. The statutory authority permitting other than full and open competition is 41 U.S.C. 253 (c)(1) and (d)(1)(B)in the case of a follow-on contract for the continued development of a major system when it is likely that award to a source other than the original source would result in (i) substantial duplication of cost to the Government which is not expected to be recovered through competition, or (ii) unacceptable delays in fulfilling the DS's needs. The regulatory authority is FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. 5. A demonstration that the proposed contractor?s unique qualifications or nature of the acquisition requires use of the authority cited: Ds has been testing the Juniper devices and documenting the results for submission to the ITRB and ITCCB for approval. To date, DS has received ITRB approval to implement the Juniper product. The results of the tests were also compared to Safenet?s new line of encryptors and Nortel?s Contivity 600 encryptor. In both cases the Juniper outperformed the other two vendors. Also, the Juniper encryptors are available at a substantially lower price per unit. The 5200 series is the largest encryptor that is FIPS 140-2 certified. They will be implemented at the two core offices of DS to support all other field offices and regional sites. The 5200 provides sub-second failover for high availability solutions. The NS-5200 includes (2) XFE 10GigE, or (8) mini-GBIC, or (2) mini-GBIC + 24 10/100 interfaces. Encryptions standards (3DES and AES) are performed at speeds up to 5 Gbps. The 5200 series supports up to 1,000,000 sessions with a maximum of 25,000 VPN tunnels and support for up to 40,000 policies. Management is available through graphical Web UI, CLI, or the NetScreen-Security Manager central management system. 6. A description of efforts made to ensure that Offers were solicited from as many sources as practicable: DS solicited multiple vendors of Juniper encryptors to ensure that the best price was obtained. This requirement will be competed among Juniper distributors. 7. A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. The Contracting Officer will determine if the anticipated cost is fair and reasonable justification to approve the brand name products. 8. A description of the market research conducted and the results or a statement of reasons a market research was not conducted. A survey of the two currently approved encryptors (Safenet and Nortel) against the Juniper was conducted. The Juniper outperformed the current vendors and is available at a substantially lower price. 9. Any other facts supporting the use of other than full and open competition: The Juniper encryption equipment has been chosen to replace the aging Safenet encryptors currently being utilized at DS. It is critical that new FIPS 140-2 compliant Ethernet based encryptors be implemented. The Juniper Encryptors will position the bureau to continue using current cabling, CSU/DSU?s and router interfaces utilizing existing infrastructure while providing an Ethernet based AES256 encryption schema that is FIPS 140-2 compliant. Juniper Netscreen devices are Common Criteria ICSA certified VPN gateways for interoperable, secure communications. The Juniper equipment will provide higher encrypted throughput enabling scalability and improved utilization of existing available bandwidth. There is potential for the aging Safenet devices to fail leaving the bureau without replacement hardware. Because the manufacturer will no longer provide replacements or updates the product must be replaced. Without encryption Opennet and Law Enforcement networks are vulnerable to outside attacks. The Netscreen devices utilize a common firmware platform. The Firmware Version certified by NIST is ScreenOS 5.0 r9. Centralized, end-to-end device life-cycle management of the VPN and Intrusion Prevention devices, for granular control of configuration, network settings, and security policies is achieved through Netscreen Security Manager. The software is scalable with capability to manage up to 6000 devices. The National Institute of Standards and Technology (NIST) validated this equipment via FIPS 140-2 cryptographic module testing. No installation and services are required for this procurement. 10. A listing of sources, if any, that expressed in writing an interest in this acquisition: No other source other than Safenet and Nortel have express an interest in this acquisition. Any responses received will be assessed. 11. A statement of the actions, if any, the Department may take to remove or overcome any barriers to competition before any subsequent acquisition for these supplies or services: The Contracting Officer will ensure all sources capable of providing this equipment are solicited IAW FAR.
 
Web Link
www.fedbid.com (b-32528, n-3488)
(http://www.fedbid.com)
 
Place of Performance
Address: ARLINGTON, VA 22209
Zip Code: 22209
Country: US
 
Record
SN01139341-W 20060913/060911220406 (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 |
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.