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