SOURCES SOUGHT
D -- Information Assurance Services Technology
- Notice Date
- 2/11/2009
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Panama City Division Code B32, N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION, CODE B32 110 Vernon Avenue Panama City, FL
- ZIP Code
- 00000
- Solicitation Number
- N6133109QPS02
- Response Due
- 3/12/2009
- Archive Date
- 3/27/2009
- Point of Contact
- Contract Specialist, Preetam Soomai at 850-636-6153 or Contracting Officer, Mary Hines at 850-234-4251
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement, a market survey for written information for a Service Disabled Veteran Owned Small Business only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. REQUEST FOR INFORMATION (RFI) for Information Assurance Support to the Naval Surface Warfare Center Panama City Division (NSWC PCD). This requirement is for combined support in ongoing DoD Information Technology Security Certification and Accreditation Process (DITSCAP) / DoD Information Assurance Certification & Accreditation Process (DIACAP) efforts for the NSWC PCD. The DITSCAP/DIACAP and ongoing Information Assurance (IA) efforts will need to be conducted on various Adaptive Persistent Awareness Systems (APAS), and related activities associated with these systems. The effort includes IA policy and control evaluations, IA and network assessments, preparation of supporting DITSCAP/DIACAP documentation for each domain, implementation of security postures, and Subject Matter Expertise (SME) in IA life cycle management, coordination, implementation, deployment, and sustainment. THIS IS NOT A REQUEST FOR PROPOSALS. SCOPE: NSWC PCD is looking for Service Disabled Veteran Owned Small Businesses providing Information Assurance services. The company must be knowledgeable in the following areas:1) Interim DoD IA Certification & Accreditation Process: Signed Directive - Type Memo for DIACAP. Jul 6, 2006 2) Interim DoD IA Certification & Accreditation Process Guidance. Jul 6, 2006 3) DIACAP Workflow Map. Jul 6, 2006 4) Certification and Accreditation Requirements for DoD-wide Managed Enterprise Services Procurements, DoD Chief Information Officer memorandum. Jun 22, 2006 DITSCAP, as well as NIST 800-37 Certification and Accreditation (C&A) are processes for the identification of security risks and vulnerabilities, the agreement of corrective action plans, and their achievement for obtaining authorization to operate. C&A is typically required for connection to Department of Defense, and other Federal systems, networks, and applications. DITSCAP is a process, not a technology, that includes numerous supporting technologies within its framework. NIST800-37 is now being required by most Federal Agencies for themselves and their subcontractors. Contractor support is required to implement these requirements. The company must have the following capabilities:1) The documentation required to meet DITSCAP, DIACAP, Common Criteria for Information Technology Security Evaluation (CC) and/or National Institute of Standards and Technology (NIST) accreditation requirements for APAS and associated systems.2) A Certification Test and Evaluation of associated systems, includinga) Security Certification Test and Evaluation (CT&E) Plan meeting all DITSCAP/DIACAP requirements that ensures that all system security measures are demonstrated.b) A Certification Analysisc) Software component level security performance testing and system level vulnerability scanning against the associated system workstations, servers, and routers based on the approved CT&E Plan.3) System level Security Test and Evaluation of associated systems, including:a) Security Test and Evaluation (ST&E) Planb) Security Test and Evaluation4) Network security assessments, and the development and implementation of network protection plans.5) Security engineering-related technical consultation to include expert assessment of access control systems and methodology, application and file security, security practices, hostile intrusion detection and prevention, logical and physical security, public key infrastructure, network architecture, information assurance (authentication and integrity), and virtual private networks.6) NSWC PCD software engineering and systems engineering expertise for software related activities; NSWC PCD by reviewing the development, implementation, configuration, and testing of software applications and hardware system design; provide assistance to NSWC PCD on future wireless implementations; and engineering assistance on the integration and development of both GOTS and COTS products.7) IA-related network engineering and systems engineering to include the design and implementation of classified and unclassified Local Area Networks/Wide Area Networks (LAN/WAN). Research and develop new policies, procedures, and system designs to support IA requirements. This may include the investigation and evaluation of commercial practices, COTS/GOTS products, and new emerging technologies, such as Internet Protocol version 6 (IPv6); the development of white papers; and recommendations for the implementation of new "best practices". RESPONSES: Interested parties may provide electronic or paper submittals to be received by the Government by 1630 hours on 12 March 2009. There is no specific format or outline that submittals must follow. Each response must reference the RFI title and must be limited in length to ten (10) typed pages. Offeror should provide relevant past experience, personnel skills, capabilities and abilities. Supporting literature and documentation that demonstrates depth of knowledge may be included in addition to the 10-page narrative paper. Contractors responding should indicate that they are a service disabled veteran owned small business. Telephone responses will not be honored. Technical Questions should be directed to Teresa Floore, e-mail: Teresa.floore@navy.mil, address: Teresa Floore, Code E26, Naval Surface Warfare Panama City Division, 110 Vernon Ave, Panama City, FL 32407. Responses to this announcement shall be directed to Teresa Floore (as above), to gerald.sorrell@na! vy.mil (Code B07) and leslie.krueger@navy.mil (Code B30E).. This market research announcement should not be considered a commitment of any kind by the Government and individual correspondence should not be expected in advance of any resulting pre-solicitation notice for the proposed requirements. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on the Navy Electronic Commerce Online (NECO), Federal Business Opportunities (FBO), and NSWC-PC Internet. NAICS 541519; PSC D310; Standard Business Size: $25M.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3b77e5cf40293a77167418b8ee11ea45&tab=core&_cview=1)
- Record
- SN01748658-W 20090213/090211220218-3b77e5cf40293a77167418b8ee11ea45 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |