SOURCES SOUGHT
D -- Internet Protocol version 6 (IPv6) Deep Packet Inspection (DPI) at 10 Gbps - Sources Sought
- Notice Date
- 4/19/2013
- Notice Type
- Sources Sought
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- IPv6
- Point of Contact
- Tiffany Hinson, Phone: 7812254083, Christopher Molis, Phone: 7812254098
- E-Mail Address
-
Tiffany.Hinson@hanscom.af.mil, christopher.molis@hanscom.af.mil
(Tiffany.Hinson@hanscom.af.mil, christopher.molis@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Contractor Capability Survery for Internet Protocol version 6 (IPv6) Deep Packet Inspection (DPI) at 10 Gbps. Requirements Description for Internet Protocol version 6 (IPv6) Deep Packet Inspection (DPI) at 10 Gbps. **Please note, this market research is to assist in obtaining optimal competition results and determine the appropriate NAICS code. Therefore, once the market research is complete a Request for Information (RFI) may follow to industry using the appropriate code to determine a possible small business set aside and acquisition strategy. REQUIREMENTS DESCRIPTION Internet Protocol version 6 (IPv6) Deep Packet Inspection (DPI) at 10 Gbps PURPOSE: The United States Air Force is conducting market research to identify sources that may possess the expertise, capabilities, and experience to meet the requirements for delivery of IPv6 DPI capability at a 10 Gigabytes per second (Gbps) throughput. DESCRIPTION: Hanscom Air Force Base has program management responsibility for the Air Force Non-Secure Internet Protocol Router Network (NIPRnet) Gateways Program. As a result, the Air Force Network (AFNET) Gateways Program Office is requesting information to identify possible sources to deliver IPv6 DPI capabilities at a 10 Gbps throughput. This effort may consist of, but may not be limited to, the following activities: 1) Interoperability with the Air Force Information Operations Platform (IOP) and the Cloudshield 4000; 2) Installation of the capability; 3) Completion of related training and training materials; and 4) Continuing technical support with the assistance of a Subject Matter Expert (SME). The AFNET Gateways effort will be primarily centered at the 90th Information Operations Squadron (IOS), Lackland AFB, TX. It is estimated that a contract or delivery order of this magnitude normally requires fifteen (15) months to complete. However, due to particular circumstances, performance must be completed no later than 1 August 2014. In addition to the compressed schedule, the contractor will be subject to stringent security and building access requirements. SPECIFICS: • IPv6 DPI at 2.5 Gigabytes per second no later than (NLT) 31 August 2013 & 10 Gigabyte per second (Gbps) throughput NLT 1 Aug 2014; • Compatible with Cloudshield 4000 • System successfully prevents malicious traffic using IPv6; • Products that identify assess and defend against IPv6 attacks; • Provide SMEs to customize product to interoperate with the Air Force IOP; • Provide onsite SME support to integrate, test and field the product; • Provide training, training manuals and documentation (to include, technical orders, guides and manuals); • Generate automated response to 99% (threshold) to 100% (objective) of intrusion signatures identified within the signature database while operating at system capacity (10 Gbps); • Configurable such that detection does not exceed 1 % ( threshold) to.1% (objective) false positive rate while operating at system capacity (10 Gbps); • Detect, record and report the introduction of malicious code to include, at a minimum, source and destination IP, port, event time (as available by event type), and actual transcript data that can be used to support forensics investigations (detect 99 % to 100 % of the activity in the system signature database at system capacity of 10Gbps; • Event reporting will be integrated into the IOP reporting facilities; • Events will be pushed through the IOP to ArcSight within five (5) seconds of detection; • Binary context data (PCAP files) will be stored and accessible from the associated alert in ArcSight; • Contract performance will primarily occur at the 90th Information Operations Squadron (IOS) San Antonio Texas; and • Travel may be required to various government facilities with appropriate security clearance needed for access (Top Secret SCI). NOTES: This is NOT a pre-solicitation notice pursuant to FAR Part 5, but is a Market Survey to identify sources that possess the expertise, capabilities, and experience necessary to meet the Air Force requirements necessary to provide Internet Protocol version 6 (IPv6) Deep Packet Inspection (DPI) at a 10 Gigabytes per second (Gbps) throughput. This notice does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey and information may be shared throughout the Government. Therefore, it is possible that any information received may be released as the result of a Freedom of Information Act (FOIA) request. As a result, any information submitted should not be proprietary to your company or classified in nature. Additionally, the level of security clearances required for this effort is Top Secret SCI. Therefore, participation in this survey may not necessarily result in your company being able to participate in the solicitation. Large and small businesses are encouraged to participate in this survey. Responses to this survey are due prior to close of business Thursday, 9 May 2013. If additional information is needed, please contact Christopher.Molis@hanscom.af.mil or 781.225.4098 and Tiffany.Hinson@hanscom.af.mil or 781.225.4083. CONTRACTOR CAPABILITY SURVEY Internet Protocol Version 6 Deep Packet Inspection PART I. BUSINESS INFORMATION Please provide the following information regarding your company and provide answers to the capability survey questions below: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Size of business pursuant to each of the following North American Industry Classification System (NAICS) Codes (if both, state size for both): • 517110 (1,500 employees) or 541519 ($25.5M) • Please note, this market research is to assist in obtaining optimal competition results and determine the appropriate NAICS code. Therefore, once the market research is complete a Request for Information (RFI) may follow to industry using the appropriate code to determine a possible small business set aside and acquisition strategy. • State whether your company is small, small disadvantaged, woman-owned small, HUB-Zone, service-disabled veteran-owned, 8(a) certified business concern under each of the above NAICS Codes. • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). • System for Award Management (SAM): Yes or No. Written responses must be received no later than close of business Thursday 09 May 2013. Please email your response to both of the following: Christopher.Molis@hanscom.af.mil and Tiffany.Hinson@hanscom.af.mil. Any particular questions relating to this market research effort should be addressed to Mr. Christopher Molis at 781-225-4098 and Ms. Tiffany Hinson at 781-225-4083. PART II. CAPABILITY SURVEY QUESTIONS GENERAL CAPABILITY QUESTIONS: Describe briefly the capabilities of your capability and the nature of the goods and/or services you provide in relation to Internet Protocol Version 6 (IPv6) Deep Packet Inspection (DPI) products. Describe your company's experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Government Contracting Officer/ PCO or Program Manager/PM). Describe your company's capabilities for, and ability to, generate, handle, process and store classified material and data. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? ENGINEERING SERVICES AND SOFTWARE DEVELOPMENT QUESTIONS: Describe your capabilities and experience in managing software development projects, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. There is an extreme schedule acceleration (see requirements description) on this potential project, confirm your ability to meet this schedule and a description of how you plan to meet the schedule. COMMERCIALITY QUESTIONS: Are there any commercial business practices unique to your industry? If so, please describe. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. Is the product a commercial item as defined in FAR 2.101 or is it a variant of one, is your product available commercially? Please describe how your product meets this definition?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/IPv6/listing.html)
- Record
- SN03041498-W 20130421/130419234753-fe92d75f6b35d509af12a3a957f47baa (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 |