SOURCES SOUGHT
70 -- RFI : Internet Protocol (IP) Address Management system
- Notice Date
- 9/17/2009
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
- ZIP Code
- 21244
- Solicitation Number
- SSA-RFI-09-1007
- Archive Date
- 10/9/2009
- Point of Contact
- Dennis Failing, Phone: 4109668192
- E-Mail Address
-
dennis.failing@ssa.gov
(dennis.failing@ssa.gov)
- Small Business Set-Aside
- N/A
- Description
- Description This is a REQUEST FOR INFORMATION. Reference SSA-RFI-09-1007 when responding to this announcement. This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. Please reference SSA-RFI-09-1007 when responding to this announcement. The Social Security Administration is seeking sources capable of providing an Internet Protocol (IP) Address Management system that is able to meet the following requirements in either an IPv4 or v6 environment: Technical Dynamic discovery of the network and IP address usage. Recognize duplicate IP addresses on the network Pop-up box style alerting to inform users the IP address is already in use and you may not proceed using the duplicate address. Resolve the IP address associated with the host name. Flag IP addresses that are not following the naming standards of the hostname for the IP range. Server segments and static IP addresses (private). Static IP address range for routers and switches (default gateway and helper statements). Inventory current IP addresses on the network. Support dual NIC servers. DNS/DHCP options. Mainframe addresses management (internal, external IP with the same subnet). Support for dual NIC failover planning, application architecture. Ability to import information from many varied application and/or database formats in a customizable fashion. The ability to create administrative security profiles for different levels of management access. Software Application must be high-performance solution designed to automate subnet allocation and eliminate record locking errors caused by manual network administration. The ability to simplify the management of IP address space with an easy-to-use web-based management interface. The application should allow centralized control over all IP functions (moves, adds, changes, updates and adjustable to 1 bit of a subnet). The product must allow for access control lists for multiple administrators in distributed geographical locations and regions. Product must be able to provide time-stamped audit trail showing which administrator added, modified or deleted a hostname, subnet, IP address, DNS or DHCP change. Application should be able to eliminate outdated spreadsheets and in-house legacy databases. Software must be able to keep historical backup of IP addresses, subnets, hostnames and device types for your entire network. Enhanced reporting of IP address and subnet utilization helps justify additional requests for IP address space. Provide the ability to organize, plan and manage all IP addresses, subnets, hostnames and device types for the entire network. Needs to be Regional/Global. Unique container structure enables address management according to SSA topology, geography or other user-defined hierarchy. Layer 2 switch, layer 3 router and IP discovery features enable IP inventory assurance and identify potential access control violations. Extensive auditing capabilities. Sources must sufficiently demonstrate the capability to meet these requirements and must provide detailed experience and qualifications in all previous work pertinent to this effort. Vendors that believe they can offer a technically compliant product are invited to submit information concerning the product's capabilities. 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 websites is not considered a valid response. Vendors responding should indicate whether their products are available on the GSA schedule. Pricing data is not required. This is not a request for proposals, and the government does not intend to pay for information submitted. Respondents will not be notified of the results of the evaluation of the information received. No contract award will be made on the basis of responses received. Electronic responses to this notice should be submitted within 15 business days of this publication. Requests for copies of a solicitation will not be honored or acknowledged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFI-09-1007/listing.html)
- Place of Performance
- Address: Social Security Adminstration, National Computer Center, 6201 Security Blvd., Baltimore, Maryland, 21235-2000, United States
- Zip Code: 21235-2000
- Zip Code: 21235-2000
- Record
- SN01959572-W 20090919/090918000820-3aae6acafdc8db4c37bc066bc82e3ee8 (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 |