AUTHORIZED
FEDERAL SUPPLY SERVICE INFORMATION
TECHNOLOGY SCHEDULE PRICELIST AUGUST 2005
FPDS Code D306 IT
Systems Analysis Services
FPDS Code D310 IT
Backup and Security Services
FPDS Code D316 IT
Network Management Services
FPDS Code D317 Automated
News Services, Data Services, or Other Information Services
FPDS Code D399 Other
Information Technology Services, Not Elsewhere Classified
Note
1: All non-professional labor
categories must be incidental to and used solely to support hardware, software
and/or professional services, and cannot be purchased separately.
Note 2: Offerors and
Agencies are advised that the Group 70 Information Technology Schedule is not
to be used as a means to procure services which properly fall under the Brooks
Act. These services include, but are not
limited to, architectural, engineering, mapping, cartographic production,
remote sensing, geographic information systems, and related services. FAR 36.6 distinguishes between mapping
services of an A/E nature and mapping services which are not connected nor
incidental to the traditionally accepted A/E Services.
Note 3: This solicitation is not intended to
solicit for the reselling of IT Professional Services, except for the provision
of implementation, maintenance, integration, or training services in direct
support of a product. Under such
circumstances the services must be performance by the publisher or manufacturer
or one of their authorized agents.
FPDS Code D399 Other Data Transmission Services, Not Elsewhere Classified
- Except Voice and Pager Services
Note 1: Electronic
Commerce Services are not intended to supersede or be substitute for any voice requirements
of
NetSec
(Network Security Technologies, Inc.)
Tel: (703) 561-0420
Fax: (703) 561-1196
Internet Address: http://www.netsec.net
Contract Number:
GS-35F-0040K
Period Covered by Contract:
General Services Administration
Federal Supply Service
Pricelist current through Modification # PS0016,
dated September 12, 2005.
Products
and ordering information in this Authorized
General
Purpose Commercial Information Technology Equipment, Software and Services
INFORMATION
FOR ORDERING OFFICES
INFORMATION
TECHNOLOGY PROFESSIONAL SERVICES DESCRIPTIONS
I. PROFESSIONAL SERVICES LABOR
CATEGORIES
Electronic
Commerce Serivce Descriptions
I. NETSEC MANAGED SECURITY SERVICES
(MSS) FIREWALL & IDS
B. Managed Firewall Service Levels
C. Network Intrusion Detection Management
D. Host Intrusion Detection Management
I. VOLUME & TERM-BASED DISCOUNTS
I. 132-51 IT PROFESSIONAL SERVICES
II. 132-52 ELECTRONIC COMMERCE
SERVICES
A. Device Monitoring & Management
APPLICABLE TO
SPECIAL NOTICE TO AGENCIES: Small Business Participation
SBA strongly
supports the participation of small business concerns in the Federal Supply Schedules
Program. To enhance Small Business Participation SBA policy allows agencies to
include in their procurement base and goals, the dollar value of orders
expected to be placed against the Federal Supply Schedules, and to report
accomplishments against these goals.
For orders
exceeding the micropurchase threshold, FAR 8.404 requires agencies to consider
the catalogs/pricelists of at least three schedule contractors or consider
reasonably available information by using the GSA Advantage! on-line shopping service
(www.fss.gsa.gov). The catalogs/pricelists, GSA Advantage! and the Federal Supply Service Home
Page (www.fss.gsa.gov) contain information on a broad array of products and
services offered by small business concerns.
This information
should be used as a tool to assist ordering activities in meeting or exceeding
established small business goals. It should also be used as a tool to assist in
including small, small disadvantaged, and women-owned small businesses among
those considered when selecting pricelists for a best value determination.
For orders
exceeding the micropurchase threshold, customers are to give preference to
small business concerns when two or more items at the same delivered price will
satisfy their requirement.
1. Geographic Scope of Contract:
The minimum
acceptable geographic scope of this contract is the 48 contiguous states and
the
2. Contractor's Ordering Address and
Payment Information:
NetSec
(Network Security Technologies, Inc.)
Contractors are
required to accept the Government purchase card for payments equal to or less
than the micro‑purchase threshold for oral or written delivery orders.
Government purchase cards will be acceptable for payment above the
micro-purchase threshold. In addition,
bank account information for wire transfer payments will be shown on the
invoice.
The following
telephone number(s) can be used by ordering agencies to obtain technical and/or
ordering assistance:
3. LIABILITY FOR INJURY OR DAMAGE
The Contractor
shall not be liable for any injury to Government personnel or damage to
Government property arising from the use of equipment maintained by the Contractor,
unless such injury or damage is due to the fault or negligence of the
Contractor.
4. Statistical Data for Government
Ordering Office Completion of Standard Form 279:
Block 9: G.
Order/Modification Under Federal Schedule
Block 16: Data Universal Numbering
System (DUNS) Number: 01-734-9783
Block 30: Type of Contractor - B. Other Small Business
Block 31: Woman-Owned Small Business - No
Block 36: Contractor's Taxpayer
Identification Number (
4a. CAGE
Code: 1
4b. Contractor has registered with the Central Contractor
Registration Database.
5.
6. DELIVERY SCHEDULE
a.
TIME
OF DELIVERY: The Contractor shall
deliver to destination within the number of calendar days after receipt of order
(ARO), as set forth below:
SPECIAL ITEM NUMBER DELIVERY
TIME (Days ARO)
132-51  
;  
As
negotiated between the contractor and the ordering agency.
132-52  
;  
As
negotiated between the contractor and the ordering agency.
b.
URGENT
REQUIREMENTS: When the Federal Supply
Schedule contract delivery period does not meet the bona fide urgent delivery
requirements of an ordering agency, agencies are encouraged, if time permits,
to contact the Contractor for the purpose of obtaining accelerated delivery. The Contractor shall reply to the inquiry
within 3 workdays after receipt.
(Telephonic replies shall be confirmed by the Contractor in
writing.) If the Contractor offers an
accelerated delivery time acceptable to the ordering agency, any order(s)
placed pursuant to the agreed upon accelerated delivery time frame shall be
delivered within this shorter delivery time and in accordance with all other
terms and conditions of the contract.
7. Discounts: Prices shown are
a. Prompt Payment: None
b. Quantity None
c. Dollar Volume None
d. Government
Educational Institutions None
e. Other None
8. Trade Agreements Act of 1979, as
amended:
All items are
9. Statement Concerning Availability of
Export Packing:
Not applicable.
10. Small Requirements: The minimum dollar value of orders to be
issued is $100.00
11. Maximum Order (All dollar amounts are
exclusive of any discount for prompt payment.)
a. The Maximum Order value for the
following Special Item Numbers (SINs) is $500,000:
Special Item Number 132-51 - Information Technology (IT) Professional Services
Special Item Number 132-52 - Electronic Commerce (EC) Services
12. USE OF FEDERAL SUPPLY SERVICE
INFORMATION TECHNOLOGY SCHEDULE CONTRACTS. In accordance with FAR 8.404:
[NOTE: Special ordering procedures have been
established for Special Item Numbers (SINs) 132-51 IT Professional Services and
132‑52 EC Services; refer to the terms and conditions for those SINs.]
Orders placed
pursuant to a Multiple Award Schedule (
a. Orders placed at or below the
micro-purchase threshold. Ordering
offices can place orders at or below the micro-purchase threshold with any
Federal Supply Schedule Contractor.
b. Orders exceeding the micro-purchase
threshold but not exceeding the maximum order threshold. Orders should be placed with the Schedule
Contractor that can provide the supply or service that represents the best
value. Before placing an order, ordering
offices should consider reasonably available information about the supply or
service offered under
(1) Special features of the supply or
service that are required in effective program performance and that are not
provided by a comparable supply or service;
(2) Trade-in considerations;
(3) Probable life of the item selected as
compared with that of a comparable item;
(4) Warranty considerations;
(5) Maintenance availability;
(6) Past performance; and
(7) Environmental and energy efficiency
considerations.
c. Orders exceeding the maximum order
threshold. Each schedule contract has an
established maximum order threshold.
This threshold represents the point where it is advantageous for the
ordering office to seek a price reduction.
In addition to following the procedures in paragraph b, above, and
before placing an order that exceeds the maximum order threshold, ordering
offices shall--
Review
additional Schedule Contractors
(1) catalogs/pricelists or use the GSA
Advantage! on-line shopping service;
(2) Based upon the initial evaluation,
generally seek price reductions from the Schedule Contractor(s) appearing to
provide the best value (considering price and other factors); and
(3) After price reductions have been sought,
place the order with the Schedule Contractor that provides the best value and
results in the lowest overall cost alternative.
If further price reductions are not offered, an order may still be
placed, if the ordering office determines that it is appropriate.
NOTE: For orders exceeding the maximum order
threshold, the Contractor may:
(1) Offer a new lower price for this requirement
(the Price Reductions clause is not applicable to orders placed over the
maximum order in FAR 52.216-19 Order Limitations);
(2) Offer the lowest price available under the
contract; or
(3) Decline the order (orders must be returned in
accordance with FAR 52.216-19).
d. Blanket purchase agreements
(BPAs). The establishment of Federal
Supply Schedule BPAs is permitted when following the ordering procedures in FAR
8.404. All schedule contracts contain
BPA provisions. Ordering offices may use
BPAs to establish accounts with Contractors to fill recurring
requirements. BPAs should address the
frequency of ordering and invoicing, discounts, and delivery locations and
times.
e. Price reductions. In addition to the circumstances outlined in
paragraph c, above, there may be instances when ordering offices will find it
advantageous to request a price reduction.
For example, when the ordering office finds a schedule supply or service
elsewhere at a lower price or when a BPA is being established to fill recurring
requirements, requesting a price reduction could be advantageous. The potential volume of orders under these
agreements, regardless of the size of the individual order, may offer the
ordering office the opportunity to secure greater discounts. Schedule Contractors are not required to pass
on to all schedule users a price reduction extended only to an individual
agency for a specific order.
f. Small business. For orders exceeding the micro-purchase
threshold, ordering offices should give preference to the items of small
business concerns when two or more items at the same delivered price will
satisfy the requirement.
g. Documentation. Orders should be documented, at a minimum, by
identifying the Contractor the item was purchased from, the item purchased, and
the amount paid. If an agency requirement
in excess of the micro-purchase threshold is defined so as to require a
particular brand name, product, or feature of a product peculiar to one
manufacturer, thereby precluding consideration of a product manufactured by
another company, the ordering office shall include an explanation in the file
as to why the particular brand name, product, or feature is essential to
satisfy the agency s needs.
13. FEDERAL INFORMATION
TECHNOLOGY/TELECOMMUNICATION STANDARDS REQUIREMENTS: Federal departments and agencies acquiring
products from this Schedule must comply with the provisions of the Federal
Standards Program, as appropriate (reference:
NIST Federal Standards Index).
Inquiries to determine whether or not specific products listed herein
comply with Federal Information Processing Standards (FIPS) or Federal
Telecommunication Standards (
13.1 FEDERAL INFORMATION PROCESSING STANDARDS
PUBLICATIONS (FIPS PUBS): Information Technology products under this Schedule
that do not conform to Federal Information Processing Standards (FIPS) should
not be acquired unless a waiver has been granted in accordance with the
applicable "FIPS Publication."
Federal Information Processing Standards Publications (FIPS PUBS) are
issued by the U.S. Department of Commerce, National Institute of Standards and
Technology (NIST), pursuant to National Security Act. Information concerning their availability and
applicability should be obtained from the National Technical Information
Service (NTIS),
13.2 FEDERAL TELECOMMUNICATION STANDARDS (
14. SECURITY REQUIREMENTS. In the event security requirements are
necessary, the ordering activities may incorporate, in their delivery orders, a
security clause in accordance with current laws, regulations, and individual
agency policy; however, the burden of administering the security requirements
shall be with the ordering agency. If
any costs are incurred as a result of the inclusion of security requirements,
such costs will not exceed ten percent (10%) or $100,000, of the total dollar
value of the order, whichever is less.
15. CONTRACT ADMINISTRATION FOR ORDERING
OFFICES: Any ordering office, with
respect to any one or more delivery orders placed by it under this contract,
may exercise the same rights of termination as might the GSA Contracting
Officer under provisions of FAR 52.212-4, paragraphs (l) Termination for the
Government s convenience, and (m) Termination for Cause (See C.1.)
16. GSA Advantage!
GSA Advantage!
is an on-line, interactive electronic information and ordering system that
provides on-line access to vendors' schedule prices with ordering
information. GSA Advantage! will allow
the user to perform various searches across all contracts including, but not
limited to:
(1) Manufacturer;
(2) Manufacturer's Part Number; and
(3) Product categories.
Agencies can
browse GSA Advantage! by accessing the Internet World Wide Web utilizing a
browser (ex.: Netscape). The Internet
address is http://www.fss.gsa.gov/.
17. PURCHASE OF INCIDENTAL, NON-SCHEDULE
ITEMS
For
administrative convenience, open market (non-contract) items may be added to a
Federal Supply Schedule Blanket Purchase Agreement (BPA) or an individual
order, provided that the items are clearly labeled as such on the order, all
applicable regulations have been followed, and price reasonableness has been
determined by the ordering activity for the open market (non‑contract)
items.
18. CONTRACTOR COMMITMENTS, WARRANTIES
a. For the purpose of this contract,
commitments, warranties and representations include, in addition to those
agreed to for the entire schedule contract:
(1) Time of delivery/installation quotations
for individual orders;
(2) Technical representations and/or
warranties of products concerning performance, total system performance and/or
configuration, physical, design and/or functional characteristics and
capabilities of a product/equipment/ service/software package submitted in
response to requirements which result in orders under this schedule contract.
(3) Any representations and/or warranties
concerning the products made in any literature, description, drawings and/or
specifications furnished by the Contractor.
b. The above is not intended to encompass
items not currently covered by the GSA Schedule contract.
19. OVERSEAS ACTIVITIES
The terms and
conditions of this contract shall apply to all orders for installation,
maintenance and repair of equipment in areas listed in the pricelist outside
the 48 contiguous states and the
Upon request of
the Contractor, the Government may provide the Contractor with logistics
support, as available, in accordance with all applicable Government regulations. Such Government support will be provided on a
reimbursable basis, and will only be provided to the Contractor's technical
personnel whose services are exclusively required for the fulfillment of the
terms and conditions of this contract.
20. BLANKET PURCHASE AGREEMENTS (BPAs)
Federal
Acquisition Regulation (FAR) 13.303-1(a) defines Blanket Purchase Agreements
(BPAs) as a simplified method of filling anticipated repetitive needs for
supplies or services by establishing charge accounts with qualified sources
of supply. The use of Blanket Purchase
Agreements under the Federal Supply Schedule Program is authorized in
accordance with FAR 13.303-2(c)(3), which reads, in part, as follows:
BPAs may be
established with Federal Supply Schedule Contractors, if not inconsistent with
the terms of the applicable schedule contract.
Federal Supply
Schedule contracts contain BPA provisions to enable schedule users to maximize
their administrative and purchasing savings.
This feature permits schedule users to set up accounts with Schedule
Contractors to fill recurring requirements.
These accounts establish a period for the BPA and generally address
issues such as the frequency of ordering and invoicing, authorized callers,
discounts, delivery locations and times.
Agencies may qualify for the best quantity/volume discounts available
under the contract, based on the potential volume of business that may be
generated through such an agreement, regardless of the size of the individual
orders. In addition, agencies may be
able to secure a discount higher than that available in the contract based on
the aggregate volume of business possible under a BPA. Finally, Contractors may be open to a
progressive type of discounting where the discount would increase once the
sales accumulated under the BPA reach certain prescribed levels. Use of a BPA may be particularly useful with
the new Maximum Order feature. See the
Suggested Format, contained in this Schedule Pricelist, for customers to
consider when using this purchasing tool.
21. CONTRACTOR
Contractors
participating in contractor team arrangements must abide by all terms and
conditions of their respective contracts.
This includes compliance with Clauses 552.238-74, Contractor s Reports of
Sales and 552.238-76, Industrial Funding Fee, i.e., each contractor (team
member) must report sales and remit the
22. INSTALLATION, DEINSTALLATION,
REINSTALLATION
The Davis-Bacon
Act (40 U.S.C. 276a-276a-7) provides that contracts in excess of $2,000 to
which the United States or the District of Columbia is a party for
construction, alteration, or repair (including painting and decorating) of
public buildings or public works with the United States, shall contain a clause
that no laborer or mechanic employed directly upon the site of the work shall
received less than the prevailing wage rates as determined by the Secretary of
Labor. The requirements of the
Davis-Bacon Act do not apply if the construction work is incidental to the
furnishing of supplies, equipment, or services.
For example, the requirements do not apply to simple installation or
alteration of a public building or public work that is incidental to furnishing
supplies or equipment under a supply contract.
However, if the construction, alteration or repair is segregable and
exceeds $2,000, then the requirements of the Davis-Bacon Act applies.
The
requisitioning activity issuing the task order against this contract will be
responsible for proper administration and enforcement of the Federal labor
standards covered by the Davis-Bacon Act.
The proper Davis-Bacon wage determination will be issued by the ordering
activity at the time a request for quotations is made for applicable
construction classified installation, deinstallation, and reinstallation
services under SIN 132-8.
23. SECTION 508 COMPLIANCE.
If applicable,
Section 508 compliance information on the supplies and services in this
contract are available in Electronic and Information Technology (EIT) at the
following:
The EIT standard
can be found at: www.Section508.gov/.
APPLICABLE TO INFORMATION TECHNOLOGY
(IT) PROFESSIONAL SERVICES (SPECIAL ITEM NUMBER 132-51)
1. SCOPE
a. The prices, terms and conditions stated
under Special Item Number 132-51 Information Technology Professional Services and
Special Item Number 132-52 Electronic Commerce Services apply exclusively to
IT/EC Services within the scope of this Information Technology Schedule.
b. The Contractor shall provide services
at the Contractor s facility and/or at the Government location, as agreed to by
the Contractor and the ordering office.
2. PERFORMANCE INCENTIVES
a. When using a performance based
statement of work, performance incentives may be agreed upon between the
Contractor and the ordering office on individual fixed price orders or Blanket
Purchase Agreements, for fixed price tasks, under this contract in accordance
with this clause.
b. The ordering office must establish a
maximum performance incentive price for these services and/or total solutions
on individual orders or Blanket Purchase Agreements.
c. To the maximum extent practicable,
ordering offices shall consider establishing incentives where performance is
critical to the agency s mission and incentives are likely to motivate the
contractor. Incentives shall be based on
objectively measurable tasks.
d. The above procedures do not apply to
Time and Material or labor hour orders.
3. ORDERING PROCEDURES FOR SERVICES
(REQUIRING A STATEMENT OF
FAR 8.402
contemplates that GSA may occasionally find it necessary to establish special
ordering procedures for individual Federal Supply Schedules or for some Special
Item Numbers (SINs) within a Schedule.
GSA has established special ordering procedures for services that
require a Statement of Work. These
special ordering procedures take precedence over the procedures in FAR 8.404
(b)(2) through (b)(3).
GSA has
determined that the prices for services contained in the contractor s price
list applicable to this Schedule are fair and reasonable. However, the ordering office using this
contract is responsible for considering the level of effort and mix of labor
proposed to perform a specific task being ordered and for making a
determination that the total firm-fixed price or ceiling price is fair and
reasonable.
(a) When ordering services, ordering offices
shall
(1) Prepare a Request (Request for Quote or
other communication tool):
(i) A statement of work (a
performance-based statement of work is preferred) that outlines, at a minimum,
the work to be performed, location of work, period of performance, deliverable
schedule, applicable standards, acceptance criteria, and any special
requirements (i.e., security clearances, travel, special knowledge, etc.)
should be prepared.
(ii) The request should include the
statement of work and request the contractors to submit either a firm-fixed
price or a ceiling price to provide the services outlined in the statement of
work. A firm-fixed price order shall be
requested, unless the ordering office makes a determination that it is not
possible at the time of placing the order to estimate accurately the extent or
duration of the work or to anticipate cost with any reasonable degree of
confidence. When such a determination is
made, a labor hour or time-and-materials proposal may be requested. The
firm-fixed price shall be based on the rates in the schedule contract and shall
consider the mix of labor categories and level of effort required to perform
the services described in the statement of work. The firm-fixed price of the
order should also include any travel costs or other incidental costs related to
performance of the services ordered, unless the order provides for
reimbursement of travel costs at the rates provided in the Federal Travel or
Joint Travel Regulations. A ceiling
price must be established for labor-hour and time-and-materials orders.
(iii) The request may ask the contractors, if
necessary or appropriate, to submit a project plan for performing the task, and
information on the contractor s experience and/or past performance performing
similar tasks.
(iv) The request shall notify the contractors
what basis will be used for selecting the contractor to receive the order. The
notice shall include the basis for determining whether the contractors are
technically qualified and provide an explanation regarding the intended use of
any experience and/or past performance information in determining technical
qualification of responses. If
consideration will be limited to schedule contractors who are small business
concerns as permitted by paragraph (2)(i) below, the request shall notify the
contractors that will be the case.
(2) Transmit the Request to Contractors:
(i) Based upon an initial evaluation of
catalogs and price lists, the ordering office should identify the contractors
that appear to offer the best value (considering the scope of services offered,
pricing and other factors such as contractors locations, as appropriate). When buying IT professional services under SIN 132 51 ONLY, the ordering
office, at its discretion, may limit consideration to those schedule
contractors that are small business concerns.
This limitation is not applicable when buying supplies and/or services
under other SINs as well as SIN 132-51.
The limitation may only be used when at least three (3) small businesses
that appear to offer services that will meet the agency s needs are available,
if the order is estimated to exceed the micro-purchase threshold.
(ii) The request should be provided to three
(3) contractors if the proposed order is estimated to exceed the micro-purchase
threshold, but not exceed the maximum order threshold. For proposed orders
exceeding the maximum order threshold, the request should be provided to
additional
contractors that offer services that will meet the agency s needs. Ordering
offices should strive to minimize the contractors costs associated with
responding to requests for quotes for specific orders. Requests should be
tailored to the minimum level necessary for adequate evaluation and selection
for order placement. Oral presentations should be considered, when possible.
(3) Evaluate Responses and Select the
Contractor to Receive the Order:
After responses
have been evaluated against the factors identified in the request, the order
should be placed with the schedule contractor that represents the best
value. (See FAR 8.404)
(b) The establishment of Federal Supply
Schedule Blanket Purchase Agreements (BPAs) for recurring services is permitted
when the procedures outlined herein are followed. All BPAs for services must
define the services that may be ordered under the BPA, along with delivery or
performance time frames, billing procedures, etc. The potential volume of
orders under BPAs, regardless of the size of individual orders, may offer the
ordering office the opportunity to secure volume discounts. When establishing
BPAs, ordering offices shall
(1) Inform contractors in the request (based
on the agency s requirement) if a single BPA or multiple BPAs will be
established, and indicate the basis that will be used for selecting the
contractors to be awarded the BPAs.
(i) SINGLE BPA: Generally, a single BPA
should be established when the ordering office can define the tasks to be
ordered under the BPA and establish a firm-fixed price or ceiling price for
individual tasks or services to be ordered.
When this occurs, authorized users may place the order directly under
the established BPA when the need for service arises. The schedule contractor
that represents the best value should be awarded the BPA. (See FAR 8.404)
(ii) MULTIPLE BPAs: When the ordering office
determines multiple BPAs are needed to meet its requirements, the ordering
office should determine which contractors can meet any technical qualifications
before establishing the BPAs. When
multiple BPAs are established, the authorized users must follow the procedures
in (a)(2)(ii) above and then place the order with the Schedule contractor that
represents the best value.
(2) Review BPAs Periodically: Such reviews shall be conducted at least annually.
The purpose of the review is to determine whether the BPA still represents the
best value. (See FAR 8.404)
(c) The ordering office should give
preference to small business concerns when two or more contractors can provide
the services at the same firm-fixed price or ceiling price.
(d) When the ordering office s requirement
involves both products as well as executive, administrative and/or
professional, services, the ordering office should total the prices for the
products and the firm-fixed price for the services and select the contractor
that represents the best value. (See FAR
8.404)
The ordering
office, at a minimum, should document orders by identifying the contractor from
which the services were purchased, the services purchased, and the amount
paid. If other than a firm-fixed price
order is placed, such documentation should include the basis for the
determination to use a labor-hour or time-and-materials order. For agency requirements in excess of the
micro-purchase threshold, the order file should document the evaluation of
Schedule contractors quotes that formed the basis for the selection of the
contractor that received the order and the rationale for any trade-offs made in
making the selection.
Ordering
procedures for other services available on schedule at fixed prices for
specifically defined services or tasks should use the procedures in FAR
8.404. These procedures are listed in
the pricelist, under Information for Ordering Offices, paragraph #12.
4. ORDER
a. Agencies may use written orders, EDI
orders, blanket purchase agreements,
individual purchase orders, or task orders for ordering services under this
contract. Blanket Purchase Agreements
shall not extend beyond the end of the contract period; all services and
delivery shall be made and the contract terms and conditions shall continue in
effect until the completion of the order.
Orders for tasks which extend beyond the fiscal year for which funds are
available shall include FAR 52.232-19 Availability of Funds for the Next Fiscal
Year. The purchase order shall specify
the availability of funds and the period for which funds are available.
b. All task orders are subject to the
terms and conditions of the contract. In
the event of conflict between a task order and the contract, the contract will
take precedence.
5. PERFORMANCE OF SERVICES
a. The Contractor shall commence
performance of services on the date agreed to by the Contractor and the
ordering office.
b. The Contractor agrees to render
services only during normal working hours, unless otherwise agreed to by the
Contractor and the ordering office.
c. The Agency should include the criteria
for satisfactory completion for each task in the Statement of Work or Delivery
Order. Services shall be completed in a
good and workmanlike manner.
d. Any Contractor travel required in the
performance of IT/EC Services must comply with the Federal Travel Regulation or
Joint Travel Regulations, as applicable, in effect on the date(s) the travel is
performed. Established Federal Government per diem rates will apply to all
Contractor travel. Contractors cannot
use GSA city pair contracts.
6. INSPECTION OF SERVICES
The Inspection
of Services Fixed Price (AUG 1996) clause at FAR 52.246-4 applies to firm-fixed
price orders placed under this contract.
The Inspection Time‑and‑Materials and Labor-Hour (JAN 1986)
clause at FAR 52.246-6 applies to time‑and‑materials and labor‑ hour
orders placed under this contract.
7. RESPONSIBILITIES OF THE CONTRACTOR
The Contractor shall comply with all laws, ordinances, and
regulations (Federal, State, City, or otherwise) covering work of this
character. If the end product of a task
order is software, then FAR 52.227-14 Rights in Data General, may apply.
8. RESPONSIBILITIES OF THE GOVERNMENT
Subject to
security regulations, the ordering office shall permit Contractor access to all
facilities necessary to perform the requisite IT/EC Services.
9. INDEPENDENT CONTRACTOR
All IT/EC
Services performed by the Contractor under the terms of this contract shall be
as an independent Contractor, and not as an agent or employee of the
Government.
10. ORGANIZATIONAL CONFLICTS OF INTEREST
a. Definitions.
Contractor
means the person, firm, unincorporated association, joint venture, partnership,
or corporation that is a party to this contract.
Contractor and
its affiliates and Contractor or its affiliates refers to the Contractor,
its chief executives, directors, officers, subsidiaries, affiliates,
subcontractors at any tier, and consultants and any joint venture involving the
Contractor, any entity into or with which the Contractor subsequently merges or
affiliates, or any other successor or assignee of the Contractor.
An
Organizational conflict of interest exists when the nature of the work to be
performed under a proposed Government contract, without some restriction on
activities by the Contractor and its affiliates, may either (i) result in an
unfair competitive advantage to the Contractor or its affiliates or (ii) impair
the Contractor s or its affiliates objectivity in performing contract work.
b. To avoid an organizational or financial
conflict of interest and to avoid prejudicing the best interests of the
Government, ordering offices may place restrictions on the Contractors, its
affiliates, chief executives, directors, subsidiaries and subcontractors at any
tier when placing orders against schedule contracts. Such restrictions shall be consistent with
FAR 9.505 and shall be designed to avoid, neutralize, or mitigate
organizational conflicts of interest that might otherwise exist in situations
related to individual orders placed against the schedule contract. Examples of situations, which may require
restrictions, are provided at FAR 9.508.
11 INVOICES
The Contractor,
upon completion of the work ordered, shall submit invoices for IT/EC
services. Progress payments may be
authorized by the ordering office on individual orders if appropriate. Progress payments shall be based upon
completion of defined milestones or interim products. Invoices shall be submitted monthly for
recurring services performed during the preceding month.
12. PAYMENTS
For firm-fixed
price orders the Government shall pay the Contractor, upon submission of proper
invoices or vouchers, the prices stipulated in this contract for service
rendered and accepted. Progress payments
shall be made only when authorized by the order. For time‑and‑materials orders,
the Payments under Time‑and‑Materials and Labor‑Hour
Contracts (Alternate I (
13. RESUMES
Resumes shall be
provided to the GSA Contracting Officer or the user agency upon request.
14. INCIDENTAL SUPPORT COSTS
Incidental
support costs are available outside the scope of this contract. The costs will be negotiated separately with
the ordering agency in accordance with the guidelines set forth in the FAR.
15. APPROVAL OF SUBCONTRACTS
The ordering
activity may require that the Contractor receive, from the ordering activity's
Contracting Officer, written consent before placing any subcontract for
furnishing any of the work called for in a task order.
16. DESCRIPTION OF IT/EC SERVICES
Specific
information about the services offered in SIN 132-51 are outlined in the
following INFORMATION TECHNOLOGY PROFESSIONAL SERVICES DESCRIPTIONS
section. Specific information concerning
NETSEC s Electronic Commerce services can be found in the section titled
ELECTRONIC COMMERCE SERVICE DESCRIPTIONS.
See attached PRICELIST for Professional Services labor rates and other
IT/EC service pricing information.
NetSec s Professional Security Services
offers security assessments, reviews, and programs to help identify vulnerabilities
in both wired and wireless networks and applications, reviews policy or network
impact on overall security, and develops effective security policy and assesses
its compliance through periodic evaluation and revision.
PM Program
Manager
Minimum/General Experience
Experience in the management of large and small
projects for various government and commercial clients. Excellent customer relation skills and
ability to assign tasks based on project personnel s levels of experience are
essential. Three or more years
experience in at least five of the following skills is required.
Functional
Responsibility
Development of Statements of Work
(SOWs) for various government and commercial clients, including Data Item
Descriptions (DIDs) as required by the customer.
Development of detailed project plans,
including identification and documentation of critical path activities.
Development and strict adherence to
project budgets.
Identification and documentation of
risks to on-time project completion.
Tracking of weekly progress against
project plan and alerting management of schedule difficulties and personnel
availability issues prior to them having a critical impact.
Mediation of differences in approach
and methodology among project technical personnel.
Documentation of transfer of each
customer deliverable.
Performance of final quality assurance
checks on customer deliverables.
Development and delivery of progress
reports to customer per the SOW and on request.
Minimum
Education
Bachelor s
degree in a management or technical field of study, or demonstrable equivalent
job experience.
SSE Senior
Security Engineer
Minimum/General Experience
Two years applied experience in security engineering
and two years experience in a project management or team leadership
position. Skills shall include three or
more of the following areas.
Functional
Responsibility:
Ability to lead a team of engineers
and technicians in the design, implementation, and installation of network
security solutions, including but not limited to filtering policies, access
control lists, virtual private networks, and secure access and authentication
mechanisms.
Ability to review compiled and/or
interpreted code for conditions that could generate security vulnerabilities.
Broad knowledge and integration of
commercially available and public domain security products and solutions.
Detailed understanding of network
protocols and communications.
Custom design and implementation of
network and system security solutions appropriate to the customer s needs and
culture.
Translation of customer requirements
into a system architecture that meets security and functional requirements.
Ability to coordinate with customer
engineers or administrators to integrate industry standard security engineering
principles and practices with the customer s engineering and development
processes.
Execution of projects using defined
system engineering methodologies and ability to guide engineers and technicians
in those methodologies.
Minimum
Education:
Bachelor s
degree in a technical field of study or demonstrable equivalent job experience.
SSA Senior
Security Analyst
Minimum/General Experience:
Two years experience in project management or team
leadership position required; plus two years applied security engineering
experience with degree, or six or more years applied experience without degree,
in at least three of the functional responsibility areas.
Functional Responsibility:
Ability to lead team of analysts and
engineers in security assessment of developmental or operational networks and
systems for a variety of government or commercial clients.
Ability to apply defined security
analysis methodologies to a variety of government or commercial client
networks.
Ability to work with customer
personnel to develop mission, functional and security requirements, security
policies, architecture, and operational procedures.
Analysis of existing functional and
security requirements, security policies, architecture, and operational
procedures for security flaws.
Ability to identify countermeasure
options and support customers in choosing best options to satisfy cost,
functional, security, and other critical requirements.
Working knowledge of industry standard
government and commercial security evaluation criteria.
Minimum Education:
Bachelor s degree in a technical field of study, or six or more
years applied experience in at least three of the functional responsibility
areas.
SE Security Engineer
Minimum/General Experience
Two years of applied experience are required in at
least three of the following functional areas.
Functional Responsibility
Broad understanding of network and
communication protocols.
Broad knowledge of commercially
available and public domain security solutions.
Ability to integrate commercial or custom
security products and solutions into the customer s network architecture using
industry standard system engineering methodologies.
Ability to work in team environment
with the customer s engineers or administrators to integrate security
engineering principles and practices into the customer s engineering and
development processes.
Design or implementation of filtering
policies, access control lists, virtual private network solutions, secure
access, strong authentication, and other security mechanisms.
Minimum Education
Bachelor s degree in a technical field of study or
demonstrable equivalent job experience.
SA
Security Analyst
Minimum/General Experience
Two years applied experience in at least three of the
following skills.
Functional Responsibility
Ability to apply defined security
analysis methodologies to government or commercial networks or systems.
Ability to develop customer security
requirements, functional requirements, mission, operations, architecture, and
policies and then analyze for security flaws.
Ability to identify countermeasure
options and support customers in choosing the best solution to satisfy budget,
functional, security, and other critical requirements.
Working knowledge of widely accepted
security evaluation criteria.
Minimum Education
Bachelor s degree in a technical field of study or
demonstrable equivalent job experience.
SPD
Security
Policy Developer
Minimum/General Experience
At least two years applied experience in at least
three of the following skills.
Functional Responsibility
Broad familiarity with government or
commercial security regulations and evaluation criteria.
Broad familiarity with government
certification and accreditation processes.
Working knowledge of industry standard
network and system security policy statements and requirements, including, but
not limited to, network security, host security, procedural security, physical
security, and personnel security.
Ability to tailor security policies to
fit the organization s individual needs and culture as well as to address the
organization s threat profile.
Ability to develop and implement
detailed processes to implement approved security policies.
Minimum Education
Bachelor s degree in a technical field or equivalent
job experience.
NPE
Network
Penetration Engineer
Minimum/General Experience
Two years or more applied experience in network
vulnerability discovery and exploitation. Skills shall include the following
areas:
Functional Responsibility
Ability to apply known exploits to
customer networks to identify weaknesses and vulnerabilities.
Command-line ability to manipulate and apply
exploits to customer networks.
Programming skills to modify known
network attacks for application to customer network architectures and
applications when necessary.
Ability to install, configure, and
apply third-party vulnerability discovery tools.
Detailed understanding of network
protocols, network devices, and operating systems.
Detailed understanding of common
network topologies and advanced network management methodologies.
Excellent analytical and problem
solving skills for network discovery and analysis.
Understanding of current security
technologies for use as countermeasures to vulnerabilities.
Minimum Education
Bachelor s degree in computer science (or computer-
or network-related studies) or demonstrable job experience.
TW
Technical Writer
Minimum/General Experience
Bachelor s degree in English, Journalism, or a related
field and at least four years job experience.
Ability to perform at least four of the following skills is required.
Functional Responsibility
Develop and validate various types of
documentation based on written and verbal input from technical personnel and
Data Item Descriptions (DIDs) supplied by the Project Manager.
Develop DIDs upon request by customer
or Project Manager.
Incorporate customer review comments
after discussion with the Project Manager and technical personnel, as
appropriate.
Review documentation written by
multiple authors and update as required to ensure a consistent style and theme
are presented in the final product.
Review documentation written by
technical personnel for correct grammar, punctuation, spelling, and overall
style.
NETSEC offers monitoring and management of numerous Firewall and
Intrusion Detection platforms using state-of-the-art Security Information Management
Systems (SIMS) combined with the best management features of our supported
products. NETSEC manages client networks
through an encrypted link to its technically advanced, multi-million dollar
NETSEC offers assistance in requirements gathering and independent
product analysis outside of the scope of this agreement on a Time &
Materials basis as per its Professional Services labor rates. Reasonable travel expenses will be billed to
the customer, under applicable Federal guidelines.
SETUP Managed Security Devices -
MDSET
One-time setup charge to initialize the device information
and profile in the Managed Device Database and Secure Portal, which includes a PIX
501 for establishing the VPN. Setup fees are applicable to Managed Firewall,
Network, and Host-Based Intrusion Detection Systems.
FW Management Advanced - FWMGTAD
Firewall Monitoring and Management
service includes:
-24 x 7 monitoring to ensure the device(s) is on-line and operational
-Event correlation (no historical analysis basis)
- Customized firewall policy.
- Five (5) Rule Changes per month
included (1 Urgent, 4 Standard)
-Limited device tuning
-Two-factor authentication to portal with 3 tokens per Customer included
-Fifteen (15) minute notification of device unavailable
-Reports generated for each device and made available via a secure portal
-VPN-to-VPN support, client-to-VPN support
-Out-of-Band modem required
FW Management Premium - FWMGTPR
FW
Monitoring and Management services includes:
-
-24 x 7 monitoring to ensure the device(s) is on-line and
operational
-
-Event correlation
-
-Customized firewall policy
-
-Fifteen (15) Rule Changes per month included (2
Emergency, 3 Urgent, 10 Standard)
-
-Device tuning
-
-Two-factor authentication to portal with 3 tokens per
Customer included
-
-Fifteen (15) minute notification of device unavailable
-
-Reports generated for each device and made available via
a secure portal
-
-VPN-to-VPN support, client-to-VPN support
-
-Out-of-Band modem required
HA FW Management Advanced - FWMGT_HAAD
Identical to FW Management. Advanced Price reflects the Management of an H/A pair.
For clustered devices or Load
Balanced devices..
HA FW Management Premium - FWMGT_HAPR
Identical to FW Management Premium. Price reflects the Management of an H/A pair.
For clustered devices or
Load Balanced devices..
NIDS Management - NIDMGT
Network intrusion detection system monitoring and management
service that includes:
-
24 x 7 monitoring to ensure the device(s) is on-line and operational
-Analysis
of sensor output for severity and potential real time alerts
-Reports
are generated to categorize the output of the sensor
-Maintenance
of the sensor signature database
-Hardware
platform operating system upgrades as required
-Network
IDS software upgrades as required.
NIDS GigE Management - NIDMGT_
Higher capacity NIDS are built to specifications which allow
them to operate at 1 Gbps speed. They
are normally put on networks which had previously been serviced by six or more
100Mbps devices. These devices can create up to 10 times the traffic of the standard
(and slower) models. Accordingly, the
prices for monitoring and managing these devices are higher than the 100 Mbps
versions. Services are the same as NIDS
Management.
IPS/IDS
Management -
IPSIDSMGT
MIPS is a managed security service for Internet access customers
which provides device configuration, administration, monitoring, report
generation, and customer support for the management of a customer-owned and
maintained IPS device configured and installed in IDS (detection only) mode or
IPS (prevention) mode..
IPS/IDS GigE
Management -IPSIDSMGT_GIG
This service provides IPS Management IDS mode or IPS mode as
described above. There are IPS sensors that can operate at 1 Gbps speed. These devices can create significantly more
traffic than the standard (and slower) models.
Accordingly, the prices for monitoring and managing these devices are
higher than the 100 Mbps versions.
HIDS Management Server - HIDMGT_
Host intrusion detection system monitoring service that
includes:
-
24 x 7 monitoring to ensure device(s) is on-line and
operational
-
Maintenance of management server policy and configuration
-
Analysis of sensor output for severity and potential real
time alerts
-
Reports are generated to categorize the output of the
sensor
FW Additional Change Requests
The price list defines the specific number of change requests
per month. This is a cost for standard change requests, urgent change requests,
or emergency change requests in excess of the customer s allotted number.
Additional change requests of the type included in the service can be added
with this option.
Additional Tokens FOB s
Customer may require additional tokens over the
amount included in the price of their MSS. Additional tokens may be obtained
for the additional annual fee as shown.
Out-of-Band Management Option
(OOB)
This includes a third-party product that provides
for a secondary method of connection to a firewall in order to manage the
device if access via the Internet is not possible. This is required per MSS
location. Multi-port modems service locations with more than one MSS security
device.
Element Management Device
Depending on the solution devised, the deployment configuration may
require an element managers to be placed on the customer premise.
Event Collector Device
Depending on the solution devised, the deployment configuration may
require an Event Collector to be placed on the customer premise.
.
The
following discount detail is applicable only to SIN 132-52 Electronic Commerce
Services, excluding HIDS (Host-based
(a)
Multi-year Discount
(1)
Two
year discount 5%
(2)
Three
year discount 10%
(b)
Volume Discounts
(1)
2-5
devices 5%
(2)
6-10
devices 10%
(3)
11
- 20 devices 20%
(4)
20+
devices 30%
*For
Managed Firewall or Managed Network
Professional Labor Categories
- Rates per Hour
Category |
Title |
Hourly
Rate |
PM |
Program Manager |
$174.56 |
|
|
|
SSE |
Senior Security Engineer |
$149.63 |
|
|
|
SSA |
Senior Security Analyst |
$149.63 |
|
|
|
SE |
Security Engineer |
$123.69 |
|
|
|
SA |
Security Analyst |
$123.69 |
|
|
|
SPD |
Security Policy Developer |
$112.72 |
|
|
|
NPE |
Network Penetration Engineer |
$174.56 |
|
|
|
TW |
Technical Writer |
$103.74 |
Device monitoring and Management
Pricing |
||||||
|
|
|
||||
MD
SET |
|
One-Time
Fee Equates to one-month-charge |
||||
|
|
|
|
|||
Firewall
Monitoring & Management |
|
Annual |
Monthly |
|||
|
|
|
|
|
||
FWMGTAD |
FW
Management Advanced |
|
$7,560.00 |
$630.00 |
||
FWMGTPR |
FW
Management Premium |
|
$12,960.00 |
$1,080.00 |
||
FWMGT_HAAD |
HA
FW Management Advanced |
|
$11,880.00 |
$990.00 |
||
|
|
|
|
|
||
FWMGT_HAPR |
HA
FW Management Premium |
|
$18,360.00 |
$1,530.00 |
||
|
|
|
|
|
||
Network
Intrusion Detection |
|
Annual |
Monthly |
|||
NIDMGT |
NIDS
Management |
|
$17,280.00 |
$1,440.00 |
||
NIDMGT_ |
NIDS
GigE Management |
|
$22,080.00 |
$1,840.00 |
||
|
|
|
|
|
||
IPS/IDS
Management |
|
Annual |
Monthly |
|||
IPSIDSMGT |
IPS/IDS
Management |
|
$17,280.00 |
$1,440.00 |
||
IPSIDSMGT_GIG |
IPS/IDS
GigE Management |
|
$22,080.00 |
$1,840.00 |
||
Host
Intrusion Detection Management |
|
Annual |
Monthly |
|||
HIDMGT_ |
HIDS
Management - Server |
|
$3,600.00 |
$300.00 |
||
|
|
5 Pack |
$14,400.00 |
$1,200.00 |
||
|
|
10 Pack |
$25,920.00 |
$2,160.00 |
||
|
|
20 Pack |
$46,656.00 |
$3,888.00 |
||
|
|
50 Pack |
$107,304.00 |
$8,942.00 |
||
|
|
100
Pack |
$193,152.00 |
$16,096.00 |
||
|
|
|
|
|
||
|
|
|
|
|||
|
|
|
|
|
||
|
|
|
|
|
||
Service
Options |
|
|
|
|||
|
Additional
Tokens (FOB s) Annual Fee 1 Year 2 Year 3 Year Additional
FW Policy Change Requests (beyond contract limit) Standard Urgent Emergency |
$125.00 $119.00 $113.00 $75.00 $125.00 $200.00 |
||||
|
Out-of
Band Management Option (8 port) Out-of
Band Management Option (4 port) Out-of
Band Management Option (1 port) Element
Management Device Event
Collector Device |
$3,030.00 $2,302.00 $1,064.00 $2,960.00 $1,736.00 |
||||