MODIFICATION
D -- Commercial-Off-The-Shelf (COTS) Cyber Incident Response ("CIR") software
- Notice Date
- 4/28/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207, United States
- ZIP Code
- 20510-7207
- Solicitation Number
- 2014-R-041
- Archive Date
- 5/17/2014
- Point of Contact
- Kathleen M. Haddow,
- E-Mail Address
-
Acquisitions2012@saa.senate.gov
(Acquisitions2012@saa.senate.gov)
- Small Business Set-Aside
- N/A
- Description
- Modification 001 Proposals are due to the POC no later than May 16, 2014 at 12:00 PM EST The United States Senate Office of the Sergeant at Arms (SAA) is seeking to acquire Commercial-Off-The-Shelf (COTS) Cyber Incident Response ("CIR") software, hereinafter referred to as "COTS CIR Software". The Contractor shall provide configuration support, installation, testing for acceptance, necessary licenses, training, documentation, maintenance and technical support of the COTS CIR Software. REQUIREMENTS: A. The Vendor shall provide a COTS CIR Software that meets the SAA requirements. The requirements for the software and other services are specified on the attached "COTS Cyber Incident Response ("CIR") software Requirements Matrix, ATTACHMENT A. COTS CIR Software Requirements 1. All data must be maintained within Senate controlled systems, (e.g. Non-Public Cloud based) 2. Have the ability to automatically import open source threat feeds (e.g. Zeus Tracker) as well as closed source feeds (e.g. USCERT products) 3. Manage and track active incident handling workflow within the US Senate a. Provide customizable workflow automation for incident handling b. Assign, manage, and track investigative tasks c. Able to provide time and assigned task workflow escalations d. Provide current and historical metrics of incidents over time 4. Customizable report engine a. Able to customize with organizational graphics and text b. Able to create/modify report templates 5. Able to integrate with cyber threat indicators database 6. Able to Integrate with SIEM (e.g. ArcSight ESM) 7. Able to segment public and private investigation information from various views, reports, etc. 8. Provide Life-Cycle information for proposed product a. initial cost b. licensing model (between 30 and 50 users) c. renewal costs d. maintenance support levels B. Vendors shall have demonstrated experience in configuration support, installations, testing for acceptance, training, documentation, maintenance, and technical support of the proposed COTS CIR software. INSTRUCTIONS The proposal shall provide the following: 1. Technical Proposal a. Description of the proposed COTS CIR Software's ability to meet or perform each of the mandatory requirements listed on the Requirements Matrix (see ATTACHMENT A). The proposal shall address each requirement directly with separate paragraphs identifiable to each requirement accordingly; b. Description of the COTS CIR Software features, capabilities, and/or specification, include company and product brochure/literature; c. Maintenance and technical support programs for the implemented COTS CIR Software; d. Organizational information including the vendor's Dun and Bradstreet number and point of contact with telephone, fax and e-mail address. The technical proposal shall not exceed twenty (20) pages. 2. Completed COTS CIR Software Requirements Matrix (ATTACHMENT A) The vendor shall complete the attached COTS CIR Software Requirements Matrix (see ATTACHMENT A) by marking the appropriate cell(s) in the matrix, as well as adding comments as may be required to further explain the marked response. The vendor shall submit the completed matrix in.xlsx format only. 3. Past Performance References Provide past performance information for vendors three (3) most recent customers/clients in the last three (3) years for projects or contracts demonstrating direct experience on implementations of the COTS CIR software. The SAA will check references if necessary to evaluate past performance. The vendor shall include the following information for each past performance provided: Note: Each Past Performance provided shall not exceed two (2) pages. a. organization name b. point(s) of contact (POC) who can speak to the details of the project, the title of the POC and their phone number c. contract number d. project title e. period of performance f. short, concise description of work conducted related to the requirements 4. Price Proposal The COTS CIR Software price proposal shall provide, at a minimum, the following: a. initial cost b. renewal costs c. licensing model (between 30 and 50 users) d. maintenance support costs for each level of support available for four option years 5. Questions Questions must be submitted in writing in WORD format only, no later than Noon EST, April 17, 2014 to acquisitions2012@saa.senate.gov. The subject line of the email message shall be "RFQ-2014-041". Responses to all written questions will be posted as an amendment to this Notice. It is the responsibility of all offerors to monitor this site for the posting of the questions posed and the SAA's responses to those questions. The SAA will not respond to questions submitted after the posted deadline or to any telephone requests for information. Oral communications are not acceptable in response to this Notice. 6. Proposal Due Date Proposals are due to the POC no later than May 16, 2014 at 12:00 PM EST, and shall be submitted electronically via email only to the attention of Kathleen M. Haddow at Acquisitions2012@saa.senate.gov. The subject line of the email message shall be: 2014-R-041. No other method of transmittal will be accepted. The proposal shall not exceed twenty (20) pages which shall include the narrative, completed requirements matrix and the past performance information but excluding company and product brochure/literature. Unnecessarily elaborate submissions are discouraged. Pages over the page limitation may be discarded. Access by the SAA to information in any files attached to the proposal is the responsibility of the submitting party. Neither the SAA nor the Senate is responsible for any failure to access vendor information. EVALUATION FACTORS FOR AWARD: The following factors shall be used to evaluate offers: (1) Technical acceptability of product offered, in terms of whether it meets or exceeds the Solicitation requirements; (2) Past performance information for the Offeror; (3) Support and maintenance offered; and (4) Evaluated price. Non-price evaluation factors are equally important, and collectively, are significantly more important than evaluated price. Responses received without the required information will be considered non-responsive. AWARD INFORMATION: The SAA anticipates making one award in August 2014. The SAA currently does not anticipate any amendments to the Solicitation. However, prospective offerors are responsible for monitoring this site for release of any Solicitation amendments. The Senate is not responsible for any costs incurred during the preparation of responses to this request. Access by the Senate to information in any files attached to the proposal is the responsibility of the submitting party. The Senate is not responsible for any failure to access Offeror information. TELEPHONE REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED. THE SENATE OR THE SAA WILL NOT BE RESPONSIBLE FOR ANY COSTS FOR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. THIS NOTICE CONSTITUTES THE ENTIRE SOLICITATION AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR SENATE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/Senate/SAA/SAAFD/2014-R-041/listing.html)
- Place of Performance
- Address: United States Senate, Washington, District of Columbia, 20510, United States
- Zip Code: 20510
- Zip Code: 20510
- Record
- SN03350546-W 20140430/140428234845-c278b490c1c6335385281e7329acf691 (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 |