SOLICITATION NOTICE
70 -- Security Event Logging & Maintenance Software License Upgrade
- Notice Date
- 1/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
- ZIP Code
- 33621-5119
- Solicitation Number
- F2VUJ02353AC01
- Archive Date
- 2/9/2013
- Point of Contact
- Joyce K. Wright,
- E-Mail Address
-
joyce.wright@us.af.mil
(joyce.wright@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial supply and/or service prepared in accordance with the format in FAR 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. This is a Request For Quote (RFQ) and the solicitation number is F2VUJ02353AC01. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron (6 CONS), MacDill AFB, Florida, requires the following: Brand Name or Equal Security Event Logging and Maintenance software license upgrade. DESCRIPTION OF REQUIREMENT CLIN 0001 -Provide maintenance and support of software to include any upgrades; provide 24/7 customer service with response within 4 hours. Period of Performance: Date of Award to 30 Sept 13 CLIN 1001 - Provide maintenance and support of software to include any upgrades; provide 24/7 customer service with response within 4 hours. Period of Performance: 1 Oct 13 to 30 Sept 14 CLIN 2001 - Provide maintenance and support of software to include any upgrades; provide 24/7 customer service with response within 4 hours. Period of Performance: 1 Oct 14 to 30 Sept 15 CLIN 3001 - Provide maintenance and support of software to include any upgrades; provide 24/7 customer service with response within 4 hours. Period of Performance: 1 Oct 15 to 30 Sept 16 Please provide a BRAND NAME OR EQUAL quote. If an or equal quote is submitted, the proposal will be sent to the technical advisor for compatibility verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHOULD DESCRIBE THOROUGHLY HOW THEIR PRODUCT MEETS ALL THE CHARACTERISTICS LISTED BELOW. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. Below is a description of the requirement and license necessary. USSOCOM has invested in Splunk to satisfy log aggregation and requires a license increase of 60 GB for an aggregate of 250 GB. This requirement will be satisfied by upgrading the existing Splunk Enterprise Perpetual License by 60 GB for a total of 250 GB with the accompanying annual Splunk support with option for renewal each fiscal year. Other proposed solutions that are considered similar "or equal" to Splunk Enterprise Perpetual Licensing may satisfy this requirement only if the proposed solution can be integrated with the existing Splunk Enterprise Perpetual Licensing for an aggregate of 250 GB. Proposals offering an entirely new solution may satisfy this requirement only if licensing, hardware, software, implementation, installation, training and travel required to get the proposed solution up and operational at HQ USSOCOM and four other locations (Coronado, CA; Hurlburt Field, FL; Fayetteville, NC; and Little Creek, VA) can be accomplished for a commensurate cost of 60 GB Splunk Enterprise Perpetual Licensing. Furthermore, any proposed new solution must completely replace the existing Splunk solution immediately after award at each of the aforementioned locations seamlessly and without interruption to operations; providing an equitable amount of log aggregation capability as that offered by 250 GB of Splunk Enterprise Perpetual Licensing. In response to CJCSI 6510.01D, Information Assurance and Computer Network Defense (CND), and Overseas Contingency Operations (OCO) support requirements for the Warfighter, USSOCOM has employed Splunk to provide the capability of centrally viewing network security status across the entire USSOCOM enterprise infrastructure in real time. USSCOCOM needs additional licensing (60 GB) to satisfy an increased utilization of the Splunk tool to search, report, monitor, and analyze streaming and historical data from a multitude of devices across the enterprise, which includes five physical sites and two separate networks at each site. The increased licensing will be utilized to assist the Splunk tool in conducting centralized security operations viewing of security logs, security events and produce a consolidated listing (using a common taxonomy to describe events) of correlated security events from multiple devices worldwide in order to protect the enterprise from security incidents, malicious intrusion and cyber attacks. The additional licensing solution must seamlessly integrate with existing Splunk Enterprise Perpetual Licensing to create an aggregate license of 250 GB that can be divided as desired per site. It will support the continued tool capabilities to include but not limited to: ability to search billions of events in seconds on a single commodity server (government provided Dell 815, Dual CPU, 12 core, 2.3 GHz, 6 - 300 GB hard drives with Microsoft Server 2008 R2); investigating security incidents in minutes; troubleshooting or diagnosing malfunctioning applications; and allowing continuous monitoring in efforts of avoiding service degradation or outages. It must also support automatic load balancing to optimize workloads and response times and must enable redundancy and built-in failover support. Also, it must allow the ability to store data to a SAN or other storage device to meet long term storage needs (90 days local storage, 1 year external storage (SAN/NAS)). The increased licensing shall support Splunk indexes of any kind of IT data (e.g.; Syslog, WMI, SNMP trap) from any source in real time. The solution should support Splunk indexing of all IT data without the need for any specific parsers or adapters to purchase, write, or maintain. The licensing must support a distributed architecture to allow the search of multiple deployments within the USSOCOM Enterprise. USSOCOM's network monitoring effectiveness will be diminished without this increase in licensing. Furthermore, a lack of sufficient licensing precludes the appropriate visibility of potential risks and limits the ability to quickly identify and mitigate vulnerabilities, which could lead to unauthorized access, denial of services and/or compromised data. This type of activity will pose additional risks to operational SOF missions worldwide. Proposed solution for USSOCOM must: • Seamlessly integrate with existing Splunk Enterprise Perpetual Licensing. • Allow division of aggregate licensing across all five sites for two separate networks at each site. • Be interoperable with USSOCOM's current enterprise monitoring tool: Splunk. • Offer agent (forwarder) that is compatible with Windows, Linux, BSD Unix, Solaris Unix, AIX Unix and OS X. • Support transmission compression. • Support web and Command Line Interface (CLI). • Offer customizable reports and reports on raw, unstructured data. • Offer client-side certificate authentication. • Support scalability for potential future growth. • Support distributed searches across peers. • Run on a Microsoft Windows platform (Microsoft Windows Server 2008 R2). • Support normal operations and capabilities of the Splunk tool, to include but not limited to: centralized security logging and monitoring of security events; correlation of security events from multiple devices; audit log integration from applications, operating systems and network logs; rapid and thorough identification of computer incidents occurring on any nodes, regardless of physical or network location; analysis of multiple files/folders across an array of servers and support the ability to review both unique closed networks and standalone systems. • Include maintenance support to remediate and/or fix any deficiency or eliminate minor problems. • Provide on-call support to assist in recovery and management of data, files and services. • Provide technical support to assigned personnel to ensure the continued operations with no lapse in current capability. • Meet the standards of DODI 8500.2, Information Assurance (IA) Implementation. • Be delivered immediately after award. Proposed solution for USSOCOM must not: • Require additional hardware and/or software. • Preclude government from meeting required vulnerability management standards. • Inhibit or impede current Splunk functionality if proposing an upgrade to the current Splunk licenses. • Restrict aggregate license division as required by the government. • Prevent USSOCOM from electing to use licensing on closed networks or stand-alone systems. • Require specific parsers or adapters to purchase, write, or maintain. • Limit the ability to store data to a SAN or other storage device for long term storage needs. • Restrict the aggregate number of devices that can be monitored. • Restrict internal storage. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62 effective 20 December 2012, DFAR DCN 20121231, and AFFAR AFAC 2012-1107. The North American Industry Classification System code (NAICS) is 511210, Software. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the offeror that is determined to be technically acceptable and in the best interest of the Government. 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement - Offeror must describe how the proposed solution meets or exceeds ALL capabilities in the attached document. Failure to do so will result in the offer being considered non-responsive. (ii) price; (iii) past performance (see FAR 15.304); Offeror shall submit 2 references. Technical and past performance, when combined, are approximately equal to price when being evaluated. (b) Options. The Governement will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option (s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) DELIVERY ADDRESS: The service is procured on behalf of United States Special Operations Command, MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, ALT I, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Insruction to Offerors-Commerical Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.217-5, Evaluation of Options; FAR 52.232-99, Providing Accelerated Payment ot Small Business Subcontractors (DEVIATION); FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204.10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.217-8, Option to Extend Services (fill-in = 30 days;); FAR 52.217-9, Option to Extend the Term of the Contract (fill-ins = 60 days, 30 days respectively). The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 (Alt1), Required Central Contractor Registration; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorportated in full text: 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (c) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (d) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of Clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.201-9101 Ombudsman. As prescribed in 5301-9103, insert the following clause: OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Friday, January 25, 2013 by 9:00 a.m. EST. Submit offers or questions to the attention of Joyce Wright, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to joyce.wright@us.af.mil. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJ02353AC01/listing.html)
- Place of Performance
- Address: USSOCOM, 7701 Tampa Point Blvd, Tampa, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN02965289-W 20130116/130114234611-f7c2bf5965f58934ad3433a3813fba71 (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 |