ForeScout Counteract
ID: 34300024Q0049Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERNATIONAL TRADE COMMISSION, UNITED STATES (DUNS # 02-1877998)INTERNATIONAL TRADE COMMISSIONINTERNATIONAL TRADE COMMISSION, UNITED STATESWASHINGTON, DC, 20436, USA

NAICS

Computer and Computer Peripheral Equipment and Software Merchant Wholesalers (423430)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The United States International Trade Commission (USITC) is seeking quotations for the procurement of ForeScout Counteract virtual security appliance software, specifically targeting small businesses under NAICS Code 423430. The procurement includes requirements for ActiveCare Advanced support for a two-device configuration over a one-year period and mandates that only certified ForeScout resellers may submit quotations. This software is crucial for maintaining the cybersecurity of the Commission's internal networks, ensuring continuity and protection against potential threats. Interested parties must submit their bids by 10:00 p.m. E.T. on September 19, 2024, with inquiries due by September 16, 2024; for further information, contact Meaghann Peak at meaghann.peak@usitc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States International Trade Commission (USITC) has issued a Request for Quotations (RFQ) under Solicitation # 34300024Q0049 for the procurement of ForeScout Counteract virtual security appliance software. This is a commercial items solicitation aimed exclusively at small businesses classified under NAICS Code 423430. The RFQ outlines specific software requirements, including ActiveCare Advanced support for a two-device configuration over a one-year period, and mandates that only certified ForeScout resellers may submit quotations. The evaluation will adhere to a Lowest Price, Technically Acceptable (LPTA) approach, ensuring that the lowest-priced offer meeting all stated requirements will be awarded a Firm Fixed Price Purchase Order. Interested parties must submit their bids by 10:00 p.m. E.T. on September 19, 2024, with inquiries due by September 16, 2024. Invoicing instructions and details about the Contracting Officer's responsibilities are provided to ensure proper administration and compliance. The procurement process reflects the government's commitment to maintaining standards while supporting small business participation in federal contracts.
    The document is a Justification and Approval (J&A) form from the U.S. International Trade Commission (USITC) for a single-source procurement related to the maintenance of the Forescout Counteract security appliance and software. The request seeks to renew annual software maintenance, updates, and technical support for this essential security solution, which is vital for the protection of the Commission's internal networks. Due to the existing trained staff's expertise and the potential disruption and costs associated with switching to a different product, the justification emphasizes that this maintenance must be acquired directly from Forescout or its authorized resellers. The document includes certifications from both the requiring officer and the contracting officer, ensuring the accuracy and necessity of the procurement. Market research indicated that while Forescout support can be procured from various authorized resellers, the specific requirement for maintenance ties it directly to Forescout solutions. This procurement aligns with federal guidelines on limited competition and underscores continuity in the Commission's cybersecurity defenses.
    Lifecycle
    Title
    Type
    ForeScout Counteract
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Infoblox Software Licensing
    Active
    International Trade Commission, United States (duns # 02-1877998)
    The United States International Trade Commission (USITC) is seeking quotations for Infoblox software licensing to manage DNS and DHCP services through a centralized virtual host. The procurement aims to enhance operational efficiency and security while ensuring compliance with federal mandates, specifically targeting certified Infoblox resellers as part of a 100% Small Business Set-aside initiative. This software is crucial for modernizing the IT infrastructure of the USITC, with a delivery period set from October 18, 2024, to October 17, 2025. Interested offerors must submit their quotations by September 25, 2024, and can direct inquiries to Meaghann Peak at meaghann.peak@usitc.gov.
    7E--20144918 IT Market Place Order #31
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide IT commodities, solutions, and value-added reseller services through a combined synopsis/solicitation titled "7E--20144918 IT Market Place Order 31." This procurement is part of the DHS FirstSource II program, and bidders must comply with the terms of their respective IDIQ contracts while ensuring their status to conduct business with the Federal Government is active. The items required are brand name or equal, and the solicitation will be conducted via an online competitive reverse auction on Unison Marketplace, with bids due by September 20, 2024, at 11:00 AM Eastern Time. Interested sellers can reach out to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com for assistance.
    USAC RFP: IT Security Micro-segmentation Tool
    Active
    Federal Communications Commission
    The Universal Service Administrative Company (USAC), under the direction of the Federal Communications Commission (FCC), is seeking proposals for an IT Security Micro-segmentation Tool. This Request for Proposal (RFP) aims to acquire a solution that enhances IT security through micro-segmentation, which is critical for protecting sensitive data and ensuring compliance with security protocols. Proposals must be submitted electronically by October 3, 2024, at 11:00 AM ET, and further details can be found on USAC's procurement website. For inquiries, interested parties may contact Mustafa Kamal at Mustafa.Kamal@usac.org or Noor Jalal at noor.jalal@usac.org.
    7A--ISAB043 MOUSEFLOW STARTER ANNUAL SUBSCRIPTION
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS), part of the Department of the Interior, is seeking quotes for the annual subscription of the ISAB043 MouseFlow Starter software, which is essential for monitoring user interactions on the LANDFIRE project website. This procurement aims to enhance data-driven decision-making and operational efficiency by providing advanced web analytics, including features such as heat maps and interaction flows, while ensuring compliance with federal security standards. The contract is classified as a micropurchase under NAICS code 513210, with an anticipated award date of September 20, 2024, and quotes are due by September 19, 2024, at 08:00 AM EDT. Interested vendors should submit their quotations via email to Jean Walsh at jwalsh@usgs.gov.
    IT NETWORK MATERIALS AND SUPPLIES
    Active
    Dept Of Defense
    The Department of the Navy, specifically the Naval Computer and Telecommunications Area Master Station, Atlantic, is seeking quotes for IT network materials and supplies under the solicitation N7027224Q0024. The procurement includes a variety of telephone accessories and network infrastructure hardware necessary to meet specific mission requirements, emphasizing compliance with the Trade Agreements Act (TAA). This initiative aims to enhance communication and IT infrastructure within government operations, reflecting a priority on operational efficiency and adherence to security regulations. Interested vendors must submit their quotes, including pricing and technical descriptions, by September 20, 2024, and can direct inquiries to Rashel Hauber at rashel.i.hauber.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil.
    Cybersecurity, Architecture & Implementation, Technical Operations, Ops Projects & Cloud Svcs
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide commercial software licenses and maintenance services, focusing on advanced cybersecurity solutions. The procurement aims to enhance the IRS's IT infrastructure through the acquisition of Brand Name or Equal COTS software, including HPE Ezmeral, Ciphertrust, Elastic Search, and One Identity, to bolster data protection and analysis capabilities against cyber threats. This initiative is critical for ensuring compliance with federal standards and safeguarding sensitive information, with the contract performance period commencing on September 28, 2024, and extending through September 27, 2029. Interested parties must submit their quotes by 10:00 AM EST on September 19, 2024, and direct any inquiries to Vanessa Rodgers at vanessa.rodgers@irs.gov or JW Terry at jw.r.terry@irs.gov.
    Teleseer Scout Licnese
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a noncompetitive contract to Cyberspatial Inc. for the procurement of a Teleseer SCOUT Annual License and associated services. The contract includes the purchase of a specialized software license, customer engineering support, a 4K interactive touch monitor, and a rolling TV stand, all essential for cybersecurity testing and evaluation. The selected items will enable visualization of network discoveries during testing and facilitate the presentation of test results, underscoring their importance in enhancing cybersecurity capabilities. Interested parties can reach out to Contract Specialist Joshua Joiner at joshua.j.joiner.civ@us.navy.mil or by phone at 619-884-7262 for further details.
    D--Annual Rack Space Rental & Maintenance
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking quotations for the annual rental and maintenance of rack space to support IT and telecom network services, specifically for the Earth Resources Observation and Science (EROS) Center in Sioux Falls, SD. The procurement involves providing rack space for a Cisco router located at the NUIT facility in Chicago, along with minor hands-on support and ensuring cable connectivity to other networks. This contract is crucial for maintaining robust data handling and connectivity for ongoing environmental and geological research efforts. Interested vendors must submit their firm-fixed-price and technical quotations by September 19, 2024, with the contract period running from September 20, 2024, to September 19, 2025, and potential extensions through September 2029. For inquiries, vendors can contact Leah Williams at lwilliams@usgs.gov or by phone at 703-648-7367.
    CY6000 DUP KIT 400-405
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 10 units of the CY6000 DUP Kit 400-405, manufactured by ICOM AMERICA, INC. This solicitation is part of a combined synopsis/solicitation under NAICS code 334220, aimed at ensuring the availability of essential radio communication equipment for operational readiness. Vendors must be registered in SAM.gov and provide proof of being an authorized distributor of ICOM parts, with all submissions due by September 18, 2024, and expected delivery by January 15, 2025. Interested parties should direct inquiries to Gina Baran at gina.m.baran@uscg.mil, and ensure compliance with military packaging standards and invoicing through the Integrated Program Payment (IPP) system.
    X-Rays for USCIS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Citizenship and Immigration Services (USCIS) is seeking to procure new X-ray machines to enhance security at various facilities, specifically through the Office of Security and Integrity (OSI). The procurement aims to replace outdated machines with a total of 27 new Non-Intrusive Inspection (NII) X-ray machines, along with roller tables and optional warranty services, ensuring compliance with OSHA standards during installation and removal of old devices. This initiative is critical for maintaining a secure environment by preventing the entry of weapons and contraband into federal spaces, reflecting USCIS's commitment to safety for employees and visitors. Interested vendors must submit their pricing quotes by email to Rachel Turner at Rachel.M.Turner@uscis.dhs.gov by Thursday, September 19, 2024, at 10:00 AM EST, with the contract performance period set from September 25, 2024, to September 24, 2025.