Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1998 PSA#2158

GSA, FTS, 819 Taylor St. (7ZRE), Fort Worth, TX 76102-6105

D -- ENGINEERING SUPPORT FOR BASE TELECOMMUNICATIONS NETWORK INTRUSION DETECTION PROTOTYPE SOL 7T-98-2011 DUE 082198 POC Dorothy M. "Shan" Clark, 817-978-3984 E-MAIL: Click here to contact the Contracting Officer via, shan.clark@gsa.gov. 17 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.6, and FAR Part 15, 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. 17(ii). Solicitation Number 7T-98-2011, Request for Proposal. 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through the issuance of Federal Acquisition Regulation (FAR) June 1997 through FAC 97-05. 17(iv). This is an unrestricted procurement under SIC 4813. 17(v). There are several contract requirements, which are not optional: REQUIREMENTS LISTED. 17(vi). Description: The purpose of this Request for Proposal is to provide the Air Force Information Warfare Center Engineering Analysis Directorate (AFIWC/EA) with engineering support for a base telecommunications network intrusion detection prototype for the Telecommunication Switch Security Assessment Program (TSSAP). ). This support will include the following activities as directed by AFIWC/EA: l preliminary system engineering design; l assembly, testing, analysis, and modification of identified hardware/software; l prototype demonstration at contractor facility; l prototype refinement; l prototype demonstration at site designated by AFIWC/EA; l training of AFIWC/EA personnel on system. l Due to the nature of this prototype, equipment and manpower may need to be added to this task at a later time. REQUIREMENTS: The following tasks are required: Task 1: Preliminary engineering analysis This will require the contractor attend a technical interchange meeting (TIM) in San Antonio, Texas, one week after the contract award date. The purpose of this meeting will be to outline basic requirements and validate the hardware and software to serve as the baseline architecture for system development. The following items should be evaluated by the contractor in preparing for the Technical Interchange Meeting (TIM): -Ability of equipment to monitor multiple trunks simultaneously (at a minimum 12 DS-1) -System should be designed to interface between the local telephone company demarcation point (Lucent Technologies DDM 1000/2000) and main base phone switch digital cross connect (DSX) panel -Ability to monitor trunks of different OSI layer one communication protocols; of particular interest is Primary Rate ISDN (PRI) -Ability to demodulate physical, logical, network layer communication protocols; of particular interest are the modem standards protocols up to and including V.90 -Utilize an open architecture for ease of future upgrades and enhancements -Year 2000 hardware/software compliance. Task 2: Assembly, testing, analysis, and system modification Once the system hardware and software has been identified, TSSAP will purchase the equipment for the contractor to perform assembly, testing, analysis, and modifications in their laboratory testing facilities. This will require the contractor to provide technical support for laboratory installation, testing, and trouble-shooting. All documentation associated with this task shall become property of the Air Force and shall be turned over to AFIWC/EA for further evaluation. Task 3: Prototype demonstration at contractor facility The purpose of this demonstration will be to demonstrate the prototype to AFIWC/EA before demonstrating at an operational location. This demonstration will also be used to evaluate the capabilities of the system and verify that it meets the requirements outlined at the TIM. AFIWC/EA requires the contractor to provide all formal system documentation (hardware and software) at this time. The contractor will also make software comments available to AFIWC/EA personnel. Task 4: Prototype demonstration This demonstration will take place at an operational location selected by AFIWC/EA. The contractor will be responsible for shipping the system to/from the designated location. Also, the contractor will install and remove the system at the request of AFIWC/EA. The contractor will be responsible for returning the place of performance of this task to the original condition and configuration before the prototype was installed. Task 5: System refinement The purpose of this prototype is to monitor and detect unauthorized access to Air Force systems. Specifically, this prototype will be developed to protect base switching systems and the "back doors" to the computer networks. The contractor will provide analysis and assist in refining the systems' detection procedures. At the conclusion of this demonstration all hardware and software will be shipped to AFIWC/EA. We also ask the contractor to provide a project continuity folder detailing their efforts to date and any documentation needed to operate the system. Task 6: Personnel training The purpose of this tasking is to have the contractor train AFIWC/EA personnel in installing, operating, and maintaining the system. PLACE OF PERFORMANCE: The operational location will be chosen by AFIWC/EA and will represent a possible standard Air Force architecture for widespread implementation. PERIOD OF PERFORMANCE: The estimated period of performance for this project is 12 months after the contract award date. DELIVERABLES AND DELIVERY SCHEDULE: All duties related to the technical and managerial performance of the resulting order are included in this section. The contractor shall prepare agendas for Technical Interchange Meetings (TIM) and meeting minutes, including identification of any unresolved issues and actions. A log of action items will be maintained by the contractor to provide the status at each TIM. The contractor shall make all presentation materials available and provide copies to the attendees at the meetings. Monthly Status Reports The contractor shall prepare and deliver Monthly Status Reports. Delivery of these reports will commence at the end of the first month after task initiation. Task initiation will be agreed upon between contractor and AFIWC/EA personnel at the initial TIM and will be documented in the TIM minutes (A010). Monthly Status Reports are due to the government NLT the 15th of the month for the preceding month. The Monthly Report will provide a narrative description of the previous month's progress, accomplishments, and analysis for each of the TO tasks. As a minimum, the report shall contain overall progress of the delivery order to include cost, schedule data, work progress, quality assurance, configuration management, security management detailed progress, design decisions, and individual TO task results completed or to be completed Technical Interchange Meeting (TIM). The contractor shall hold an initial TIM with AFIWC/EA personnel within 7 days after order award to ensure understanding of the requirements and to establish delivery dates for each deliverable identified in this TO. The minutes from this meeting shall be delivered within 5 working days after the meeting (A010). Additional TIMs will be held as needed, with minutes of those meetings due 10 days after the meeting. Plan of Accomplishment The contractor shall provide a draft Plan of Accomplishment (POA), (A002), to AFIWC/EAC within 15 days after the initial TIM. A final POA shall show each milestone from start to delivery of each task as well as the management milestones, such as the time of delivery of meeting agendas, meeting minutes, and the date of each meeting. The POA shall also identify the technical approach to be used to accomplish each task. Deliverables Schedule The contractor shall deliver all developed engineering data to AFIWC/EA upon completion of this contract.. SECURITY A Top Secret/SCI clearance is required to perform this task at the AFIWC/EA facilities. Personnel may commence the task at the AFIWC/EA facilities with a Final Secret clearance, but must be clearable for access to Top Secret/SCI. GOVERNMENT FURNISHED EQUIPMENT (GFE)/GOVERNMENT FURNISHED INFORMATION (GFI) The government will provide access to the Internet when working at AFIWC facilities. INFOSEC technologies on the Internet, available as Shareware, will be purchased by the contractor and will become property of the Government as GFE, and will be controlled and accounted for accordingly. The contractor will also be authorized, subject to government approval, to purchase the necessary hardware and software for prototyping the CIDF if the government can not provide the identified items. Administrative Requirements Work for this task will be accomplished at Air Force facilities except when testing and demonstration has been identified at the contractor location. YEAR 2000 COMPLIANCE: All information technology items must be Year 2000 compliant, or non-compliant items must be upgraded at no additional cost to be Year 2000 compliant no later than December 31, 1999. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations. Furthermore, Year 2000 compliant information technology, when used in combination with other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS: Travel: Travel will be as directed by the government and can be accomplished via Invitational Travel Orders (ITO's). Training: The government will fund additional professional training available in the local area directly relating to accomplishment of the tasks as stated on a case-by case basis. Prior approval of the government is required. Costs of training will be billed as an ODC. INVOICING. Billing will be accomplished on a monthly basis. The monthly rate will encompass all hours performed and all ODC/Travel costs incurred during the billing period. Invoices for recurring services will include a statement from the authorized Client Representative of Alternate that labor, travel and ODC costs billed during the billing period are acceptable. COMPARISON OF RATES. Pricing quotations, provided to GSA, FTS, will indicate pricing from the participants compared with a minimum of two (2) other competitive schedule vehicles available through the Federal Supply Schedule Multiple Award program. Subsequently, GSA, FTS, can easily verify that the pricing provided is the best value available for like items under similar conditions. 17(vii). Period of performance is twelve (12) months after award. Place of performance is Air Force Information Warfare Center, 250 Hall Blvd., Suite 139, San Antonio, TX 78243-7063. 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (AUG 1998) is hereby incorporated by reference. 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) technical capability of the item offered to meet the Government's requirement and (2) price. 17(x). Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 1997), with offer. 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (APR 1998), is hereby incorporated by reference. 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 1998), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract (b)(2)52.203-10, (b)(3)52.219-8,(b)(6)52.222-26,(b)(7)52.222-35,(b)(8)52.222-36,(b)(9)5 2.222-37,(c)(1)52.222.41. FAR clauses can be found at www.arnet.gov/far. 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A fixed-price definite quantity contract will be awarded. 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. 17(xv). N/A. 17(xvi). Signed and dated offer (one original) must be submitted to GSA, FTS, 7TRE, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Dorothy M. "Shan" Clark, Contracting Officer at or before 4:30 p.m.(CST) August 21, 1998. 17(xvii). Contact Dorothy M. Clark at 817/978-3984.***** Posted 08/11/98 (W-SN235396). (0223)

Loren Data Corp. http://www.ld.com (SYN# 0041 19980813\D-0015.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page