SOLICITATION NOTICE
D -- IT Security
- Notice Date
- 11/13/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- U S GEOLOGICAL SURVEY, APS PO BOX 25046, MS204B DENVER FEDERAL CENTER DENVER CO 80225
- ZIP Code
- 80225
- Solicitation Number
- 07CRSS0003
- Response Due
- 12/26/2006
- Archive Date
- 11/13/2007
- Small Business Set-Aside
- Total Small Business
- Description
- POC: Sonja C. Tweten-Grout, U.S. Geological Survey, Box 25046, MS 204B, Denver, CO 80225, Telephone: (303) 236-9335, email: sctweten@usgs.gov.The U.S. Geological Survey has a requirement for the hardening, maintenance, and documentation of IT Security Zone for the Advanced National Seismic System (ANSS). The following tasks are included: Design of Active Directory installation for ANSS production zone, Design and implementation of SiteScope monitoring software for ANSS production zone, Design and implementation assistance for the design of the USGS Northern California Seismic Network and the USGS Southern California Seismic Network Security Network Architectures, designing the network architecture, product selection and installation, and implementation of the architecture. Firewalls, routers, and switches shall be configured and installed in accordance with DOI and USGS IT security standards. Routers, hubs and switches shall be maintained to minimize failure or service interruptions. Scheduled maintenance or network upgrades shall be conducted to minimize interruption of service to the NEIC and ANSS networks. Firewall logs shall be reviewed on a weekly basis. Reports detailing potential threats detected in the logs shall be provided to the COR within three working days of the review of the logs. Rule sets for firewalls shall be documented in writing and provided to the USGS within ten days of firewall configuration, installation or modification. The contractor shall perform scans each month to determine the security and integrity of the network and its machines. Self assessment reports detailing the results of the monthly scans shall be delivered to ITSOT and the COR no later than ten (10) days after the scan is performed. The reports shall provide a concise review of IT security issues and the subsequent resolution thereof. Also, the contractor shall provide 24X7 Tier 2 emergency response to critical infrastructure and security incidents that cannot be handled by the designated NEIC Tier-1 personnel. In the event of failure, the contractor shall respond within one hour of notification and have staff on-site if required. Remote access in order to repair systems shall be provided when practical. The contractor shall provide monthly reporting on all Tier 2 incidents The contractor shall assist in the installation and maintenance of NEIC computers which include Windows, Solaris, Free BSD, and Linux Operating Systems. The assistance tasks may include installation of operating systems, patches to existing systems, application installation and security patches. Patches shall be tested prior to installation, and then installed in accordance with DOI and USGS standards. Windows, Linux and Solaris machines shall be configured in accordance with Bureau policies. The contractor shall provide the USGS with a monthly breakdown with each invoice detailing how time was allocated and charged during the previous month. This is 100% Small Business Set-Aside. The requirement shall be for a base year and four (4) twelve (12) month periods. Telephone requests and faxes will not be accepted. It is anticipated the RFP 07CRSS0003 will be available on or after November 27, 2006. The solicitation can be found at the following Web address: http://ideasec.nbc.gov/ See note 26
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=886451)
- Record
- SN01180224-W 20061115/061113220620 (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 |