Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2010 FBO #3099
SOLICITATION NOTICE

70 -- Encryptable Firewall and maintenance

Notice Date
5/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
CECOM Contracting Center, Fort Huachuca (CECOM-CC), ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212, Fort Huachuca, AZ 85613-6000
 
ZIP Code
85613-6000
 
Solicitation Number
W9128Z10CCCCQ09
 
Response Due
5/25/2010
 
Archive Date
7/24/2010
 
Point of Contact
Connie R. Quinn, 520-533-1993
 
E-Mail Address
CECOM Contracting Center, Fort Huachuca (CECOM-CC)
(connie.quinn1@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 Commander U.S. Army Information Systems Engineering Command (USAISEC) is soliciting proposals for the following requirement (No Substitutes): Must have/support the following hardware requirements: 1 - 1000 Meg Fiber interface. 8 - 1000/100/10 Copper interfaces. Rack mountable, not larger than 4-U in size. 100-240 VAC, and 430 Watts or less. 1GB of internal memory. 3 years warranty (Hardware & software) and support for the additional features mentioned below. Must have/support the following software requirements: Support Antivirus scanning of HTTP, FTP, POP3, and IMAP. Must support Web Filtering. Must Open Shortest Path First and Border Gateway Protocol. Must support Layer 2 and Layer 3 modes of operation. Must support IP version 4 and IP version 6. Must support Policy Based Network Address Translation. Must support at least 200000 concurrent connections. Must have Antispyware detection. Must support URL filtering. Must support Deep Inspection (Intrusion Prevention). Filtering and Inspection must be stateful. Must support 10 individual security zones. Must support static routing. Must support HTTPS web management and SSH Command line (CLI) management. Must support syslogging to 2 servers for external log storage. Must support VPN Connectivity. Must have FIPS 140-2, Level 2 Certification. Must have Common Criteria Testing (EAL-4). Crypto Requirements: AR 25-2 6-1 b. Protection of unclassified and sensitive information and systems. NIST/NIAP approved cryptographic systems will only be used to protect Unclassified or Sensitive information. NIST/NIAP approved cryptographic systems or foreign cryptographic systems to be employed in the tactical force structure will be approved on a case-by-case basis by the HQDA CIO/G-6. Company and Below Units may use NIST/NIAP approved cryptographic systems for protecting Non-Mission/Non-Operational unclassified or sensitive information. Cryptographic systems or products intended for the protection of unclassified or sensitive information or systems will- (1) Be evaluated by a NIAP/CCEVS approved Common Criteria Test Lab (CCTL) against a U.S. Government Protection Profile for medium robustness environment. (2) Be validated under the NIST Cryptographic Module Validation Program (CMVP) that, at a minimum meet, level 2 security requirements of the Federal Information Processing Standard 140-2 (FIPS 140-2). (3) Products that exceed minimum FIPS 140-2 security requirements and common criteria evaluation assurance levels will be given preference when considered for procurement. (4) NIST-approved cryptographic systems intended to protect unclassified sensitive information will be identified in the AIAP and managed by the Army OIA&C. Funding for these systems will be the responsibility of the organization or activity identifying the requirement. (5) All NIST/NIAP-approved cryptographic systems will be centrally acquired and managed through CSLA. (6) Each NIST/NIAP-approved cryptographic system will have a key management plan that describes in detail all activities involved in the handling of cryptographic keying material for the system, including other related security parameters (such as IDs and passwords). The plan will describe accountability over the keying material over the entire life cycle of the system's keys from generation, storage, distribution, and entry into the system through use, deletion, and final destruction. FOB Destination (Fort Huachuca, Arizona 85613). The Synopsis/ solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22 and 2001-23. All interested firms must respond to this synopsis by Wednesday, May 19, 2010, 2:00 PM MST to Connie Quinn, CECOM Contracting Center, C4ISR Contracting Sector S - 2133 Cushing Street, Suite 3210, Fort Huachuca, Arizona 85613-5300: or E-mail Connie.Quinn1@us.army.mil : or phone (520) 533-19931 or Fax (520)538-7471. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion for the Government. The CECOM Contracting Center will not reimburse for any costs connected with providing the capability information. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/180e413bf02842682722165388890b9d)
 
Place of Performance
Address: CECOM Contracting Center, Fort Huachuca (CECOM-CC) ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212 Fort Huachuca AZ
Zip Code: 85613-6000
 
Record
SN02153207-W 20100520/100518235503-180e413bf02842682722165388890b9d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.