SOLICITATION NOTICE
D -- Hawaii Army National Guard
- Notice Date
- 8/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- USPFO for Hawaii, 91-1179 Enterprise Ave, Bldg 117, Kapolei, HI 96707
- ZIP Code
- 96707
- Solicitation Number
- W912J6-13-R-0008
- Response Due
- 9/15/2013
- Archive Date
- 10/13/2013
- Point of Contact
- Whitney, 8088446333
- E-Mail Address
-
USPFO for Hawaii
(whitney.l.arkle.mil@mail.mil)
- Small Business Set-Aside
- Economically Disadvantaged Woman Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The Hawaii Army National Guard (HIARNG) is seeking a firewall and content filter solution that will secure and control internet access, and a core switching solution to support the data center hosting system critical applications and servers. The firewall solution must be Cisco ASA. The firewall solution should be fully redundant and support stateful inspection, IPS, VPN, and DISA approved strong encryption methods. It must support up to 1.2 Gbps of firewall throughput, 250,000 concurrent firewall connections, and 15,000 connections per second to ensure room for growth and increased network usage. Labor will include rack and stack, cabling, configuration, testing and training. Configuration must be done by a CCIE level engineer and meet DISA STIG to include Active/Standby redundancy, NAT, DMZ, ACL, port forwarding, SSH, SNMPv3, and logging. The content filter solution must be Blue Coat type for web proxy and content filtering. The device is intended to allow filtering of internet traffic to proactively reduce ingress and egress security threats to enterprise systems and information. It should support a minimum of 3500 user count, and hardware/customer support. Labor will include rack and stack, cabling, configuration, testing and training. Configuration must be done by a certified Blue Coat engineer and meet DISA STIG to include URL content filtering, proxy, logging, remote management, alerting and reporting. The core switching solution must be Cisco 6509 type. This solution is intended to serve as the data center core switches which host network connectivity to multiple virtual and physical servers, distribution switches, routers, and VoIP devices and workstations. The solution should be fully redundant and support 10GB backbone. Labor will include rack and stack, cabling, configuration, testing and training. Configuration must be done by a CCIE level engineer and meet DISA STIG to include Active/Standby Supervisors, VSS, MEC to data center switches, ACL, VLAN, QoS, SSH, SNMPv3, and logging. Local on-island support is required as these devices will be hosting critical network services and resources. On-site training from a certified engineer is also required for each of these devices. Each solution piece must integrate with existing network equipment such as routers, switches as well as existing network services such as DHCP and DNS. The solution must be approved by DISA and must be listed on the DISA Unified Capabilities (UC) Approved Products List (APL) for DoD Deployment, according to 2013 standards. FORMAL COMMUNICATION, OFFEROR EXPLANATIONS Any explanation desired by an offeror regarding the meaning or interpretation of the solicitation, for proposals, drawings, specifications, etc. must be requested in writing and with sufficient time allowed for a reply to reach offerors before the submission of their offer. Submit All questions and requests for information (RFI), by email to the contracting office at the address show below. Subject Line: Reference No. W912J6-13-R-0002 Email: Whitney.l.Arkle.mil@mail.mil The Contracting Officer reserves the right to address questions received after the fifth day prior to solicitation closing with those offers deemed responsive and/or in the competitive range after closing. All questions and requests for information (RFI) must be received NOT LATER THAN the fifth working day prior to closing and will be posted not later than two working days prior to closing. OFFERORS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY IN THIS PROCESS. Any interpretations made will be in the form of an amendment of the solicitation, specifications, etc., and will be furnished to all prospective offerors via posting to https://www.fbo.gov Receipt by the offeror must be acknowledged in the space provided on the SF 1449 or by returning a signed copy of the amendment by the time set for receipt of proposals. Explanations or instructions given in a form other than an amendment to the solicitation shall not be binding. Questions (on a non-attribution basis) and answers shall be furnished to all prospective offerors via the web site. Proposals will be accepted via e-mail and/or hand carried to the following address: USPFO for HI 91-1179 Enterprise Avenue Building 117 Kapolei, HI 96707
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA50/W912J6-13-R-0008/listing.html)
- Place of Performance
- Address: USPFO for Hawaii 91-1179 Enterprise Ave, Bldg 117 Kapolei HI
- Zip Code: 96707
- Zip Code: 96707
- Record
- SN03148424-W 20130816/130814235107-15faeb279f38c645cc0af238305e834e (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 |