Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOURCES SOUGHT

70 -- VPN/Quarantine Services

Notice Date
7/18/2007
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd., Baltimore, MD, 21244, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-RFI-07-1006
 
Response Due
8/1/2007
 
Archive Date
8/16/2007
 
Description
This is a sources sought announcement, a market survey for electronic/written information only. This is not a solicitation announcement for proposals. No contract will be awarded. This is a request for information only. The Social Security Administration?s (SSA) Office of Telecommunications and Systems Operation (OTSO) is seeking sources capable of providing Virtual Private Networking (VPN) services and Network Admission Control (NAC) in a Microsoft Windows Active Directory environment. Currently, SSA provides remote connectivity for remote users comprised of field staff, mobile workforce personnel, and 11 Foreign Service Posts (FSP). Application requirements must provide connectivity for AD resources including file and printer shares, drive mappings, remote desktop control, AD administration tools, terminal service sessions, IBM mainframe application support (TN3270, TN5250), Access and SQL database applications, and Microsoft Exchange/Outlook e-mail services. The VPN solution must meet the following mandatory requirements: (1) Connectivity for client based and clientless remote users, (2) VPN capacity to extend up to 25,000 peers, (3)Concentrators with clustering, load-balancing, failover, and high availability capabilities, (4) Integration with Windows XP and VISTA operating systems, (5) Dual requirement for security authentication comprised of user personal certificate and AD credentials incorporating RADIUS, RADIUS based policy, DN-based access control, (6) Support for low-speed (modem) and high-speed (cable/DSL) connections, (7) IPSec standards-based encryption, authentication, digital certificates, and key management, (8)Flexible and scalable network design with static and dynamic NAT, Port Address Translation, VLAN support, and secure multicasting, (9) High security with enhanced IKE commands, Perfect Forward Secrecy (PFS), and Certificate Revocation Lists (CRLs), (10) Certificate-based policy, and security management through web browser and (11) HSPD12 native and direct support of AD. The NAC must meet the following mandatory requirements: (1) Policy checks for compliance to SSA standard software packages including updates for Microsoft software applications and operating systems and various vendor applications for Virus protection and Disk Encryption, (2) Policy checks for compliance to custom configuration checks to include registry keys, and file and service management, (3) Compiled list of missing/required updates providing web links for remediation, (4)Capabilities to save the compile list for reference at a later date, (5) Policy checks should be configurable to allow a grace period for installation prior to automatically becoming mandatory. Users are to be notified during the grace period., (6) Authentication interrogation with Single Sign-on capabilities with AD integration and (7) Web based management tools for configuration of NAC appliance. Interested vendors must be able to provide verifiable proof by submitting information in sufficient detail to clearly demonstrate their ability to meet the Agency requirements, above. Detailed responses to each of the above requirements (with substantiating documentation) are required. Simple marketing information or incomplete responses will not be considered. Reference to vendor web sites is not considered a valid response. Respondents should indicate whether their software is available on GSA Federal Supply Schedules, other Government-wide Agency Contract (GWAC), or Open Market. Please submit product cost and/or pricing data, inclusive of annual maintenance, with your response. Respondents should refer to SSA-RFI-07-1006. Only ELECTRONIC responses will be accepted and should be submitted by August 1, 2007, 12:00 Noon EST. Faxed information will not be permitted nor accepted. The size limitation for email attachments is 5 megabytes and MS Word is the standard word processing software. A solicitation is NOT available; therefore, written and/ or verbal requests for copies of a solicitation related to this announcement will not be honored. A determination by the Government not to compete this proposed order based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not pay for any information submitted. Requests for information will NOT be honored. If you have any questions regarding this announcement, please contact the Contracting Specialist listed below via E-MAIL ONLY. NO phone inquires will be accepted for this RFI.
 
Place of Performance
Address: Baltimore, MD
Zip Code: 21235
Country: UNITED STATES
 
Record
SN01346062-W 20070720/070718222754 (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.