SOURCES SOUGHT
58 -- Lifecycle Replacement of Cyber Network TAPS (Test Access Point)
- Notice Date
- 8/21/2018
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- 19AQMM18N0080
- Archive Date
- 9/11/2018
- Point of Contact
- Sharon L. Weber, Phone: 1-703-312-3520, Jessica Osterberger, Phone: 202-6742501
- E-Mail Address
-
WeberSL2@state.gov, osterbergerjl@state.gov
(WeberSL2@state.gov, osterbergerjl@state.gov)
- Small Business Set-Aside
- N/A
- Description
- Agency: U.S. Department of State Office: Bureau of Diplomatic Security, Office of Security Technology Notice Type: Sources Sought/Request for Information 1.0 Purpose This is a Request for Information (RFI) as outlined in FAR 15.201(c) (7). The purpose of this RFI is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify businesses capable of performing the functions described herein. The Government is requesting information regarding the availability and feasibility of attracting new service providers to support the requirements of Office of Cyber Monitoring & Operations, DS/CTS/CMO as described in this RFI. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the below-listed services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate interested parties for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. 2.0 Background A Test Access Point (TAP) is an external monitoring device that mirrors the traffic that passes between two network nodes, allowing that traffic to be monitored, without interrupting the traffic flow. This enables security monitoring to occur without the end user being aware of such activity. These TAPs will leveraged by the Infrastructure and Platform Support (IP) within the Bureau of Diplomatic Security, Directorate of Cyber and Technology Security, Office of Cyber Monitoring and Operations, Cyber Operations (DS/CTS/CMO/CO) to protect against infiltration into the DoS enterprise by reviewing/inspecting the network traffic without interrupting the flow. Taps are a key component of the Intrusion and Detection system for DoS and have been part of the architecture for over fifteen years. These taps have been leveraged by CTS to meet the mission to perform Cyber security monitoring of DoS Network traffic. 3.0 Requirements The Vendor shall provide a solution that must meet the required capabilities identified below; Technical Requirements EVTest # Requirement 1.1 through 3.2 Description REQ: 1.2.4 REQ: 1.2.3 REQ: 2.1.1 The solution shall include the ability to provide connectivity at 1/10/40GB line speeds for both Network and Monitor ports. REQ: 1.2.9 The solution must support a minimum of 24 ports per device. This must include a minimum of 16 monitoring ports, 1 management port, and a minimum of 4 network ports. REQ: 1.2.5 REQ: 1.2.6 The Network and Monitor physical ports are modular and support connectivity through Small Form-factor (SFP+) and Quad Small Form-factor Pluggable (QSFP+) technology. REQ: 1.2.7 The solution Network and Monitor ports shall support both Fiber and Copper SFP+. REQ: 1.2.8 The technical implementation must include redundancy for system power supplies and fans. REQ: 1.5.1 Solution must support Personal Identity Verification (PIV) multifactor authentication REQ: 1.5.3 Solution must include Role Based Access control (RBAC) Functional Requirements REQ# Requirement Description REQ: 1.3.3 The solution shall include the ability to monitor and report on remote system and hardware health. REQ: 2.4.1 The solution shall support Simple Network Management Protocol (SNMPv3) (authentication & encryption) for the purpose of continuous health and status monitoring to include individual port statuses, hardware status, critical services, and performance. REQ: 1.3.1 The solution shall include a centralized management platform for the purpose of remotely managing, configuring, and monitoring multiple Network TAPs from a central console. The centralized management platform software must be supported and maintained by the Original Equipment Manufacturer. REQ: 1.3.2 The solution shall have the ability to be remotely configured and maintained. The remote administration communication of the Network Taps must utilize a secure and encrypted communications. REQ: 2.4.3 The solution must support the capability to generate and forward system audit and failure logs to an external logging solution. The log must be able to support Common Event Format (CEF). REQ 2.2.4 REQ: 2.2.3 REQ: 2.2.5 Solution must include the capability to apply layer 1-4 filtering, load balancing, and packet splicing per port. This capability must be provided must be supportable out of the box. REQ: 3.1.1 The solution shall support the ability to generate Netflow based on traffic received on network ports. REQ: 3.2.1 The solution shall support the ability to recognize and discard duplicate packets received on all Network ports REQ: 2.2.3 The solution shall support the ability to load balance Network feeds and aggregate feeds across multiple Monitoring ports. REQ: 1.5.2 Solution must be able to integrate with Microsoft Active Directory/LDAPS for authentication. Business & Support Requirements REQ# Requirement Description REQ: 1.7.4 Vendor must have a clear Returned Merchandise Authorization (RMA) processes with 4-hr shipment of replacement. REQ: 1.7.5 The Vendor must provide US based technical support with technical support access 24x7x365, and advance hardware replacement. REQ: 1.7.1 The solution must have system documentation to support training, administration, configuration, and troubleshooting, REQ: 1.7.6 REQ: 1.7.7 The hardware and software solution must be supported at no cost by the original equipment manufacturer for a period of 5 years after date of initial purchase. REQ: 1.7.8 The solution will include 40 hours of on-site Professional Services by a Product Subject Matter Expert with a Secret level security clearance at customer location located in Beltsville, MD. Professional Services Engineer will need to have Secret level Govt. clearance. REQ: 1.6.1 Solution vendor hosts patches, upgrades, and downloadable content to address security vulnerabilities, bug fixes, and introduce new capabilities. REQ: 1.6.2 Vendor maintains and publishes software release schedule. 6.0 Instructions Responses must be limited to 10 pages or less and be submitted in Microsoft Word or Portable Document format (PDF), using Times New Roman 12-point font. The Government will not entertain telephone calls or questions for this RFI. The responses should be in the following format/order: 1. Company Profile, to include: a. All interested companies must have an active registration in the System for Award Management (SAM) and not be on the Excluded Party List. b. Statement identifying socioeconomic business category (Large business, 8(a), HUBzone, Small Business, etc.) and current status under NAICS code 511210 or other relevant and appropriate NAICS codes. c. DUNS Number d. CAGE Code to include National Industrial Security Program Clearance Information (if applicable) e. Company Point-of-Contact 2. Relevant Experience, to include : a. Address capabilities for the requirements contained in the aforementioned (weight and detail paragraphs and bullets as appropriate). b. Past performance references for similar work performed within the last five years, including contract number, contract type, contract value, company role, Contracting Officer, point of contact and current telephone number and email address. Include a brief description of how the contract referenced relates to the services described in the RFI. 7.0 Special Requirements A facilities clearance is required for on-site services, if applicable. The requirements is for a base year and four (4) option years.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/19AQMM18N0080/listing.html)
- Place of Performance
- Address: 1801 N. Lynn Street, Arlington, Virginia, 22311, United States
- Zip Code: 22311
- Zip Code: 22311
- Record
- SN05049106-W 20180823/180821231728-a04e5d7bbf762e82bcf4b21c7e88aeaa (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 |