Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2004 FBO #0874
SOURCES SOUGHT

D -- Information Assurance Support

Notice Date
4/16/2004
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-04-R-8008
 
Response Due
4/26/2004
 
Archive Date
5/11/2004
 
Point of Contact
Kristine Boyles, Contracting Officer, Phone 202-685-5964, Fax 202-685-5965,
 
E-Mail Address
kristine.boyles@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Description: This is a sources sought synopsis for 8(a) concerns for acquisition planning purposes and no formal solicitation exists at this time. Small Businesses, HUBZone, and other socio-economic concerns may also submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work which will be used to determine appropriate procurement strategy, in particular whether an 8(a) set-aside is warranted or an alternate procurement strategy is warranted The Military Sealift Command (MSC) requires information assurance support services to ensure that the components of MSC?s IT systems and networks are operating effectively and securely according to Department of Defense (DoD), Department of Navy (DoN), United States Transportation Command (USTC) and MSC policies and procedures. This includes: monitoring and maintaining MSC?s perimeter network security components, intrusion detection support services, Information Assurance Vulnerability Management (IAVM), incident response and reporting, infrastructure configuration management, and managing MSC?s Defense Information Technology Security Certification and Accreditation Process (DITSCAP). The estimated labor hours are 19,000 hours per year. This is an initial contract. This acquisition will be conducted under North American Industry Classification System (NAICS) Code 541513, which establishes a small business size standard of $21M. The proposed acquisition strategy for this requirement is fixed price level of effort term with a one-year base period and four one-year options. MSC is soliciting input in the form of capability statements specifically from 8(a) concerns. As stated above, Small Businesses, HUBZone, and other socio-economic concerns may also submit capability statements which will be reviewed if sufficient 8(a) interest is not received. Interested offerors must submit a brief but complete capability statement the following: Task 1: Contractor is responsible for day-to-day management and maintenance of MSC?s perimeter network security components. These components consist of Firewalls, Domain Name Servers, Proxy Servers, SMTP relays, Virtual Private Network (VPN) devices, Niksun NetVCR NetDetector devices, Routers and Switches. Day-to-day management includes monitoring the actual devices, applying appropriate Information Assurance Vulnerability Alert (IAVA) patches, troubleshooting, maintaining current Standard Operating Procedures (SOP), preparing waiver requests for submission to DoD, DoN and USTC, and coordination with MSC?s Global Helpdesk (GHD) and MSC?s IAVM team. Management and maintenance includes ensuring that all of MSC?s perimeter network security components are operational and functioning properly and in accordance with all policy 100% of the time. The goal is to protect MSC IT assets and provide a means for auditing the MSC network to ensure adequate implementation of information security measures. Task 2: Contractor is responsible for day-to-day management of MSC?s Intrusion Detection System (IDS). DoD, DoN, USTC and MSC policy mandates the use of an IDS to provide perimeter protection. MSC?s IDS is deployed throughout MSC?s enterprise and is strategically placed at each of our sites. Contractor shall respond to all MSC trouble calls related to network connectivity, intrusion detection or any of the intrusion detection sensors.The contractor shall open, troubleshoot, report on status, and close all tickets assigned to the Information Assurance Team. Task 3: Contractor is responsible for day-to-day management of MSC?s Information Assurance Vulnerability Management (IAVM) processes. The IAVM processes include: overseeing MSC?s Enterprise Anti-Virus Program, managing MSC?s Information Assurance Vulnerability Alerts (IAVA), and direct interface with COMNAVNETWARCOM, USTC, NCTF-CND, DISA, DoN, and MSC?s Information Systems Security Managers (ISSM) world-wide. Task 4: Contractor shall maintain MSC?s in depth incident response and reporting process by ensuring MSC?s IT assets and organizations have the tools and guidance to minimize information security incidents. Security incidents encompass both security events and security policy violation. Security events include unauthorized access, disruption of service, malicious code attacks, unauthorized use of services and probing. Security policy violations include classified spillages, acceptable use of MSC IT systems violations, and loss or theft of MSC IT resources. The contractor must assist in the preservation of evidence and investigation of any root causes of security incidents. MSC?s incident and response process centers on preparation, identification, containment, eradication, recovery and follow-up. Task 5: Contractor shall assist in the tracking and maintenance of all MSC perimeter network security components. Contractor efforts will concentrate on the following: o Tracking all IA software to ensure current and compliant licensing. o Tracking all IA hardware to ensure adequate maintenance and support agreements are in activated. o Researching and analyzing new IA software and hardware requirements. o Maintaining detailed inventory of all IA software and hardware components. o Reviewing all Configuration Change Requests (CCR) for IA compliance. Task 6: Contractor is responsible for managing MSC?s DoD Information Technology Security Certification and Accreditation Process (DITSCAP). DITSCAP must be performed in accordance with DoD Instruction 5200.40, MSC COMSCINST 5239.3a and DoN guidance. The scope of this effort centers around executing all steps necessary for obtaining and maintaining complete Certification and Accreditation (C&A) packages for all MSC IT systems. DITSCAP helps to protect MSC IT systems by ensuring availability, integrity and confidentiality of information and information systems. COMSCINST 5239.3a is available on MSC?s Public Internet Site at http://www.msc.navy.mil/instructions. Capability statements are to be submitted not later than 26 April 2004. The capability statement shall address each of the six tasks listed above, demonstrate the company?s capability to perform these tasks considering the estimated level of effort, and describe previous procurements performed of similar size and complexity. Additionally, all responses to this sources sought shall include company name and address, business size and type (8(a), HubZone, Small Business, etc), and point of contact to include e-mail address and telephone number. Capability statements shall not exceed five pages in length. This information will be used to assist the Contracting Officer in developing the procurement strategy, in particular, including whether an 8(a) set-aside is warranted or if another socio-economic set-aside strategy is more appropriate. All responses to this sources sought notice shall be provided to LJTG Christopher Lee via e-mail address Christopher.M.Lee2@navy.mil and Kristine Boyles via e-mail address Kristine.Boyles@navy.mil. When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be issued via Federal Business Opportunities.
 
Place of Performance
Address: Military Sealift Command, 914 Charles Morris Court SE, Washington Navy Yard,DC
Zip Code: 20398
Country: USA
 
Record
SN00567664-W 20040418/040416212455 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.