Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2025 SAM #8690
SOLICITATION NOTICE

58 -- IDENTITY SERVICES ENGINE SERVERS

Notice Date
9/9/2025 7:56:00 AM
 
Notice Type
Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
FA4484 87 CONS PK JB MDL NJ 08641 USA
 
ZIP Code
08641
 
Solicitation Number
FA448425Q0053
 
Response Due
9/10/2025 9:00:00 AM
 
Archive Date
09/25/2025
 
Point of Contact
Jhonathan Ramon, Phone: 6097544708, Lizbette Zalybniuk, Phone: 6097544996
 
E-Mail Address
jhonathan.ramon_andrade@us.af.mil, Lizbette.Zalybniuk.1@us.af.mil
(jhonathan.ramon_andrade@us.af.mil, Lizbette.Zalybniuk.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMMENDMENT: SITE VISIT CANCELLED NEW DUE DATE 10 SEP 2025 AT 12:00pm EST Scope of Work The contractor will be required to equip and furnish two ISE servers and all supporting equipment as listed in Deliverables section. Objectives Supports life cycle support for Joint Base McGuire-Dix-Lakehurst AFIN. Increases reliability and sustainability of the base network. Contractor Responsibilities The selected contractor shall: Ensure STIG Compliance: Security Technical Implementation Guides (STIGs) set rigorous security standards for government and military networks. As STIG requirements are updated to address new vulnerabilities and threats, legacy Cisco ISE appliances may become non-compliant due to outdated firmware, unsupported configurations, or limited security patch availability. Upgrading to a newer appliance ensures adherence to the latest STIG requirements, safeguarding network integrity and security posture. Comply with the Privacy Act of 1974, and shall comply with all applicable safeguarding and handling requirements associated with Privacy Act information Ensure all personnel working on any Government network at minimum holds an active DoD Directive 8570 Information Assurance Technical (IAT) Level II certification and must present these credentials to the Government upon request. IAT Level II must include an appropriate equipment certification � in the case of this installation, an appropriate Cisco certification is required. Inform the POC and the Contracting Specialist/Officer in writing of any Contractor or Government caused Project delays. Conduct a kickoff meeting within the first two weeks of the start of period of performance. Participate in pre-install site survey(s) throughout the duration of the project in an effort to know the location and times of the switch installations. Deliverables Contractor shall document each ISE server appliance being provided as well as supporting equipment. NOTE: Please reference 7. Information Assurance Requirements. Equipment Requirements AFIN Identity Service Engine replacement servers: C9606R-48Y24C-BN-A TAA (Catalyst 9600 6-slot, 1xSup, 2xLC, 3x2KW AC, DNA-A LIC) x4 CAB-CONSOLE-RJ45 (Console Cable 6ft with RJ45 and DB9F) x4 C9600-SUP-1/2 (Cisco Catalyst 9600 Series Redundant Supervisor 1 Module) x4 C9600-DNA-A-3Y (Cisco Catalyst 9600 EDNA Advantage 3 Year License) x4 C9500-48Y4C-A TAA (Catalyst 9500 48-port x 1/10/25G + 4-port 40/100G, Advantage) x20 C9K-PWR-650WAC-R/2 (650W AC Config 4 Power Supply front to back cooling) x20 C9500-DNA-A-3Y (Cisco Catalyst 9500 DNA Advantage 3 Year License) x20 QSFP-100G-ZR4-S= (100GBASE QSFP Transceiver, 80KM reach over SMF, Duplex LC) x4 QSFP-100G-CU1M= (100GBASE-CR4 Passive Copper Cable, 1m) x24 QSFP-100G-LR4-S= (100GBASE LR4 QSFP Transceiver, LC, 10km over SMF) x28 SFP-10G-LR-S= (10GBASE-LR SFP Module, Enterprise-Class) x80 C9600-LC-48YL++= TAA (Cisco Catalyst 9600 Series 48-Port 25GE/10GE/1GE TAA) x1 SNS-3715-K9 CISCO SYSTEMS (Small Secure Network Server for ISE Applications) x2 SNS-HD600G10K12NM6 CISCO SYSTEMS (600GB 12G SAS 10K RPM SFF HDD) x2 SNS-PSU1-1200W CISCO SYSTEMS (1200W Titanium power supply for C-Series Servers) x2 CAB-9K12A-NA CISCO SYSTEMS (Power Cord, 125VAC 13A NEMA 5-15 Plug, North America) x2 SNS-CPU-I4310 CISCO SYSTEMS (Intel 4310 2.1GHz/120W 12C/18MB DDR4 2667MHz) x2 SNS-MR-X16G1RW CISCO SYSTEMS (16GB RDIMM SRx4 3200 (8Gb)) x4 SNS-TPM-002C CISCO SYSTEMS (TPM 2.0, TCG, FIPS140-2, CC EAL4+ Certified, for M6 servers) x2 SW-37X5-ISE-K9 CISCO SYSTEMS (Cisco ISE Software Load on SNS-36x5-K9 appliance) x2 SNS-RAID-220M6 CISCO SYSTEMS (Cisco 12G SAS RAID Controller w/4GB FBWC (16 Drv) w/1U Brkt) x2 SNS-PSU-M5BLK CISCO SYSTEMS (Power Supply Blanking Panel for SNS-3700 servers) x2 SNS-PCIE-IQ10GF CISCO SYSTEMS (Intel X710 quad-port 10G SFP+ NIC) x2 SNS-3755-K9 CISCO SYSTEMS (Medium Secure Network Server for ISE Applications) x2 SNS-HD600G10K12NM6 CISCO SYSTEMS (600GB 12G SAS 10K RPM SFF HDD) x8 SNS-PSU1-1200W CISCO SYSTEMS (1200W Titanium power supply for C-Series Servers) x4 CAB-9K12A-NA CISCO SYSTEMS (Power Cord, 125VAC 13A NEMA 5-15 Plug, North America) x4 SNS-CPU-I4316 CISCO SYSTEMS (Intel 4316 2.3GHz/150W 20C/30MB DDR4 2667MHz) x2 SNS-MR-X16G1RW CISCO SYSTEMS (16GB RDIMM SRx4 3200 (8Gb)) x12 SNS-TPM-002C CISCO SYSTEMS (TPM 2.0, TCG, FIPS140-2, CC EAL4+ Certified, for M6 servers) x2 SW-37X5-ISE-K9 CISCO SYSTEMS (Cisco ISE Software Load on SNS-36x5-K9 appliance) x2 SNS-RAID-220M6 CISCO SYSTEMS (Cisco 12G SAS RAID Controller w/4GB FBWC (16 Drv) w/1U Brkt) x2 SNS-PCIE-IQ10GF CISCO SYSTEMS (Intel X710 quad-port 10G SFP+ NIC) x2 Information Assurance Requirements The contractor shall provide a network diagram or as-built for each building. The diagram will consist of the type and number of network switches and patch panels, also their locations. The contractor shall provide, at completion, all product manuals, guides, and an IP address table with topology for the installed equipment. TRAINING: No training should be required for the installed switches. If training is required, coordination will be done through the 87 CS/FUOPS. Information Assurance Support Requirements The contractor shall incorporate all applicable technical, procedural, and system documentation associated with federal, Department of Defense (DoD), and Air Force information assurance (IA) policy and requirements for systems that transmit and manage sensitive but unclassified (SBU) data traffic. The contractor shall also provide support to the following IA requirements: The Information System installed should be able to pass directed network scans and appropriate STIGs. Provide a design of the proposed system. Provide list of equipment Serial Numbers, Model Numbers, IP Addresses, and OS versions used and how system is connected. Provide contact for management of information system being utilized. Provide maintenance plan for system. Topology (see sample topology below). IA Certification Support The contractor shall provide system administration, access, and engineering support to the 87 CS who will then coordinate with the IA certification team during the IA certification activities after acceptance test and prior to system burn-in. IAW AFMAN 17-1303 Cybersecurity Workforce Improvement Program meet the minimum 8570 Baseline requirement for Certification. DoDM 8570 currently moving to 8140 Cyberspace Workforce Qualification and Management Program. Information Assurance System Requirements The new equipment shall provide the additional features to support the IA requirements: Include and support all IA activities necessary to meet DoD and Air Force IA requirements. Information Assurance References The new system shall comply with the following DoD policy documents or latest versions (https://public.cyber.mil/stigs/) provides the latest version of the following DoD documents and STIGs): DoD Directive 5000.1, The Defense Acquisition System (ref (a), (j), and (k)). Department of Defense Directive (DoDD 8500.1, Information Assurance (IA). Department of Defense Instruction (DoDI 8500.2, Information Assurance (IA) Implementation. 10 U.S.C. Section 2224, Defense Information Assurance Program. Office of Management and Budget Circular A-130, Appendix III, Management of Federal Information Resources. AFI 33-202V1, Network and Computer Security. Network Infrastructure STIG.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d4101de0625439bb5bb7ee8be696289/view)
 
Place of Performance
Address: Joint Base MDL, NJ 08641, USA
Zip Code: 08641
Country: USA
 
Record
SN07584167-F 20250911/250909230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.