SOLICITATION NOTICE
D -- Encase Forensic Software
- Notice Date
- 9/14/2007
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F2VUJ07178AC01
- Response Due
- 9/21/2007
- Archive Date
- 10/6/2007
- Description
- Description This is a combined synopsis/solicitation for a commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VUJ07178AC01. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following items: brand name only Encase Forensic Software. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20 effective 6 September 2007, DFAR DCN 200770906, and AFFAR AFAC 20070823. . The North American Industry Classification System code (NAICS), 511210 Software Publishers. The Standard Industrial Classification (SIC) is 7372. A firm fixed price contract will be awarded. Note: Only open market quotes will be accepted. DESCRIPTION OF REQUIREMENT: ********Encase Enterprise SAFE SMS, Period of Performance, 10/01/07-9/30/08********* ********Encase Enterprise Examiner SMS, Period of Performance, 10/01/07-9/30/08********* ********Encase Enterprise Connection SMS, Period of Performance, 10/01/07-9/30/08********* ********Encase Enterprise Snapshot SMS, Period of Performance, 10/01/07-9/30/08********* ********Encase Enterprise SAFE SMS, Period of Performance, 05/03/08-9/30/08********* ********Encase Enterprise Examiner SMS, Period of Performance, 05/03/08-9/30/08********* ********Encase Enterprise Connection SMS, Period of Performance, 05/03/08-9/30/08********* ********Encase Enterprise Snapshot SMS, Period of Performance, 05/03/08-9/30/08********* ********Encase IA Suite CSR (<3k nodes) SMS, Period of Performance, 05/03/08-9/30/08********* This is a brand name only acquisition which is approved based upon the following excert from the Contracting Officer signed Justification and approval. Encase Enterprise Forensic software provides USSOCOM Headquarters the capability to monitor, investigate, remediate and protect all networks against malicious intrusion, security incidents and cyber attacks. The software allows USSOCOM to meet the following requirements: More rapidly and thoroughly investigate computer incidents occurring on any and all nodes within USSOCOM?s network, regardless of its location (SIPRNet, NIPRNet and JWICS), unique closed networks and standalone systems Respond to IDS alerts to verify whether machines have been compromised Identify deviations from system baselines during INFOCON support to identify and verify integrity of critical workstations and servers Dramatically reduce the time and costs related to investigating and resolving network wide incidents while dramatically increasing the security posture of the information and information systems contained therein Ensure policy compliance on all workstations and servers Proactively and reactively locate and eliminate classified data spillage that has strayed to a network of lower classification. Proactively identify and address internal and external network security, information assurance, and counterintelligence threats before they erupt into significant events. Locate, analyze, and capture data in a forensically sound fashion from any network-connected node. Identify unauthorized active programs running on the network, such as peer-to-peer communications, covert channels, and alternate data streams. Coordinate more effectively with criminal and counterintelligence investigators when investigating an incident. Comply more thoroughly and at lower cost with Federal Information Security Management Act (FISMA) of 2002 and the resulting NIST interpretation detailed in the Special Publication 800-61, Computer Security Incident Handling Guide. The acquisition of the maintenance support for the current key licenses will ensure that USSOCOM continues to have the ability to provide operational forensic analysis and remediation at a level of acceptability required by DISA and DoD directives/mandates. The Encase Enterprise software provides a highly specialized capability surpassed by any other application available to resolve, isolate and cleanup contaminated areas dealing with security incidents and events of interest on or within our networks at a level and scope required to support USSOCOMs networks. Therefore, this acquisition will be a follow-on contract for the continued performance of a highly specialized service/software The Encase Enterprise software allows the analyst/technician the ability to access multiple files/folders across an array of servers storing terabytes of data, in a limited amount of time to isolate data needed to be extracted and cleaned to meet NSA, DIA and DISA standards for proper handling of data spills. No other tool on the market can provide this level of discovery and remediation. The Encase software that is being used has also been embedded as a module interface in a DoD/Joint Staff downward directed program that will be implemented within USSOCOM this year, which will allow us the ability to further enhance our current capabilities by also protecting workstations and devices on the network. United States Special Operations Command believes that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. The approximate cost of the duplication effort would be $466,086.00, as outlined in the table below. These costs are based on expenditures under the current contract that have been incurred to gain a level of operational acceptance by the government for contractors and government employees. Qty Cost Total Offsite training 6hrs. $1,995.00ea. $11,970.00total; Manhours expended 160hrs. $106.00ea. $16,960.00total; Travel (TDY expenditures) 6hrs. $1,050.00ea. $6,300.00total; Installation 1hrs. $15,000.00ea. $15,000.00total; Basic edition - manhours expended 192hrs. $106.00ea. $20,352.00total; IA Suite - manhours expended 64hrs. $106.00ea. $6,784.00total; Extended Onsite Group Training 120hrs. $106.00ea. $12,720.00total; Initial Cost and 1 year Maintenance 2hrs. $188,000.00ea. $376,000.00total; Total $466,086.00total; The cost that would not be recovered through open competition involves resources for testing and operational readiness (certification and accreditation, operational compatibility and continuity) with the current network architecture and the risk associated to downtime and lack of coverage during a replacement phase of new technology DELIVERY ADDRESS: Item is to be procured on behalf of USSOCOM, MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.219-28- Small Business Representation, FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-18 "Availability Of Funds" Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52-247-34 F.O.B., incorporated in full text, FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Central Contractor Registration, Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 21 September 2007 by 1600 (4:00PM) EST. Submit offers or any questions to the attention of Stephen Colton, 6CONS/LGCB, via fax 813-828-6967, or preferably by email to stephen.colton@macdill.af.mil.
- Place of Performance
- Address: Macdill AFB, Tampa, FL
- Zip Code: 33621
- Country: UNITED STATES
- Zip Code: 33621
- Record
- SN01407382-W 20070916/070915194934 (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 |