SOLICITATION NOTICE
D -- Cross Domain Enterprise File Transfer Solution
- Notice Date
- 8/25/2011
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- PL831100013
- Point of Contact
- Crista N Decker, Phone: 618-229-9491
- E-Mail Address
-
crista.decker@disa.mil
(crista.decker@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for Cross Domain Enterprise File Transfer Solution Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE: The PEO-MA CDS Program implements the Cross Domain Enterprise Service (CDES), which provides hardware and software for the transfer of information between the Department of Defense's (DoD) classified and unclassified networks. This transfer of information between networks of different security domains is conducted using various cross domain guard technologies and is accomplished with high assurance, speed, and integrity. This enterprise service is provided to combat commands, military services, and defense agencies. One aspect of the enterprise service is the transfer of various file types across security domains. The CDS Program is seeking technologies that can serve the needs of the DoD enterprise for cross domain file transfer, scale to support the DoD enterprise, operate within the enterprise environment, and realize cost efficiencies. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for a Cross Domain Enterprise File Transfer ( both structured and unstructured file types) Solution. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for interested parties to describe their technical capabilities and demonstrated CDES tools. All interested contractors (both large and small) are requested to provide written response to the questions below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, market maturity and technical capabilities within the Large and Small Business Community to provide the required capabilities. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria from both large and small businesses under the North American Industry Classification System (NAICS) Codes 541519, In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. Please identify your company's category and list the contract vehicle(s) your solution may be acquired through in your response. Requested Information: Interested vendors are requested to submit a maximum twenty (20) page statement of their solution's capabilities with respect to the following: •a) Please describe the cross domain functional capabilities of your solution, such as inspection, sanitization, anti-virus, and various file type (structured and unstructured) supports. •b) Please characterize the performance of your solution with regard to throughput, latency, and message/file size limitations. •c) Please describe the capability for scaling your solution. Specifically, how would your solution scale to support the cross domain file transfer requirements (both structured and unstructured file types) for all DoD users on NIPRNet and SIPRNet between those two networks and to other networks in Secret and below domains ? •d) Please describe the high availability characteristics of your solution. Characterize your approach to high availability in terms of data loss, system availability, and network partition tolerance. Include in your description its capabilities with regard to continuity of operations in a site disaster scenario. •e) Please describe the capability of your solution to support multiple security domains. In particular, address how your solution supports the enforcement of different security policies at each domain and/or domain boundary. •f) Please describe the support for DoD Public Key Infrastructure (PKI) within your solution. •g) Please describe the ongoing support that will be provided in your solution for evolving document type versions, as it applies to document formats such as Microsoft® Office documents, Portable Document Format files and different imagery file types. •h) Please describe the system monitoring and management capabilities of your solution. •i) Please describe the maintenance processes required for your solution. For example, maintenance processes may handle audit log journaling, software revisions, or regular configuration updates such as loading new anti-virus definition files. Identify any activities that require server outages. Describe your solution's approach to preserving system availability during maintenance. •j) Please describe the ability of your solution to participate in the Computer Network Defense aspect of NetOps. This may include both monitoring for the purpose of detecting anomalies, threats and attacks, as well as responding to unauthorized activity. •k) Please describe the interoperability of your solution with a front end gateway product. The proposed solution should have APIs to communicate to the front end gateway with well defined protocols. The CDS Program expects to continue deploying gateway technology at the edges of its file transfer services. Describe how your solution would take advantage of the presence of a gateway to enhance the performance and functionality of the Cross Domain Enterprise file transfer Solution. •l) Please describe how your solution will be cost efficient for the DoD to deploy and operate at enterprise scale. For example, efficiencies may be realized via, but not limited to: minimizing the required hardware footprint to support the system load, consolidating the system administration for multiple operating nodes, automation of monitoring and management activities, appropriate software licensing models. •m) Please describe your solution's ability to comply with DoD CDS Certification and Accreditation (C&A) process for SABI accreditation. •n) Please describe your company's past experience successfully supporting the Certification and Accreditation of your cross domain solutions through the DoD CDS C&A Process for SABI accreditation. •o) Please identify your support options for maintaining current software revisions of the system components and how the components are upgraded. •p) Please provide an operational illustration of your solution. Include all of the system components required to deploy a system. The diagram should include all components that are required to sustain the system and components supported by the system. The illustration should differentiate all product components from these capabilities. Responses: Responses should include the (1) business name and address; (2) name of company representative and their business title; (3) category of your business i.e. Large, Small (if small, state your category, i.e., 8(a), Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, etc.) (4) Rough Order Magnitude (ROM) cost estimate for providing the capabilities described above (including a breakout between initial procurement costs and follow-on maintenance costs, see Appendix A for an example template); and (5) contract vehicles that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA), NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. The responses should be in a white paper format, no longer than twenty (20) pages in length. Address the capability questions posed above, and add one (1) appendix that consists of at least two past performances listing prior installations and deployed solutions to include Government points of contact describing the vendor's capabilities. Firms who wish to respond to this RFI should send responses via email NLT 26 September 2011 at 5:00 PM Eastern Daylight Time (EDT). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Interested vendors should forward their capabilities and other information to be considered to PEO_IANACQUISITION@disa.mil. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Appendix A - ROM Template (Please provide the following cost information at a minimum, in any format deemed necessary) Base Year OY 1 OY 2 OY 3 OY 4 TOTAL SOFTWARE License(s) Costs HARDWARE Hardware Cost OTHER Installation Costs Technical Support Other costs (please identify) MAINTENANCE COTS Hardware (Annual Maintenance/License Renewal) COTS SOFTWARE (Annual Maintenance/License Renewal) TOTAL *The government understands that the respondent's ROM does not obligate the vendor to these costs in the future.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL831100013/listing.html)
- Record
- SN02549593-W 20110827/110825235943-93237d9d3d82690d5a765d30a8638bbd (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 |