SOLICITATION NOTICE
D -- Information Assurance Support Services - Draft
- Notice Date
- 4/30/2014
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
- ZIP Code
- 22202-4371
- Solicitation Number
- HQ0034-14-R-0112
- Point of Contact
- Eric U Darby, Phone: (703) 545-3045
- E-Mail Address
-
eric.u.darby.civ@mail.mil
(eric.u.darby.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Draft Sample Pricing Schedule - 30 APR 2014 Draft PWS - 30 APR 2014 DRAFT INSTRUCTIONS TO OFFERORS 30 APR 2014 Draft Historical Environment - 30 APR 2014 Draft EITSD-TPL-Project_Management_Plan_Template 30 APR 2014 Draft EITSD-SOP-PPMO 30 APR 2014 Draft EITSD Essential Functions Revalidation _30 APR 2014 This acquisition is a Competitive 8(a) set aside in accordance with FAR 19.805. **** NO TELEPHONIC QUESTIONS WILL BE ENTERTAINED**** The Department Of Defense, Washington Headquarters Services (WHS), Acquisition Directorate (WHS/AD) intends to compete this requirement amongst interested 8(a) vendors and intends to award a firm fixed price contract. a. This requirement is for commercial information assurance (IA) support services (including identity protection and management (IPM) support) on behalf of the Washington Headquarters Services (WHS), Enterprise Information Technology Services Directorate (EITSD), the Office of the Secretary of Defense (OSD), and other Department of Defense (DoD) agencies specified herein. However, additional DoD agencies may be added throughout the life of this contract subject to mutual agreement of the parties. Services include (but are not limited to) the following: (1) program and project management (2) policy, process, and planning (3) information assurance architecture, engineering, and integration (4) risk management, auditing, and assessments (5) compliance and certification and accreditation (6) direct component support (7) security assessment visit (8) identity protection and management support (9) continuity of operations b. Minimum contractor requirements include: (1) Top Secret Facilities Clearance (2) The vast majority of contractor personnel require a top secret clearance and must be eligible for a Defense Intelligence Agency (DIA) adjudicated and Sensitive Compartmented Information (SCI)/ Special Access Program (SAP); based on the Government estimate (and current contractor workforce performing these services), 41 of the 44 contactor personnel require (and hold) a top secret clearance, and the remaining 3 personnel require (and hold) a minimum secret security clearance. (3) Information Assurance Management (IAM) or Information Assurance Technical (IAT) Level II certification per DoD 8570.01-M, Information Assurance Workforce Improvement Program (4) The contractor shall utilize commercial best business practices appropriate for the tasks to include but are not limited to: • ISO/IEC 27001:2005 & ISO/IEC 27002: 2005, IT Security Techniques • The Information Technology Infrastructure Library (ITIL) version 3 (ITIL v3) • Project Management Body of Knowledge (PMBOK) guide • Control Objectives for Information and related Technology (COBIT) • Capability Maturity Model Integration (CMMI) The Government intends to issue the solicitation the week of 5 May 2014 with proposals due by 1:00 PM Eastern time 02 June 2014. The solicitation will be a small business 8(a) set aside under the North American Industry Classification System (NAICS) code 541519 (Other Computer Related Services) with a size standard of $25.5 million. This solicitation will be distributed solely through the Federal Business Opportunities web-site (FBO.gov). Once the Solicitation is posted, interested parties are responsible for reviewing this site frequently for any updates/ amendments to any and all documents; and verifying the number of amendments issued prior to the due date for proposals. All offerors shall be registered in SAM (www.sam.gov) See attached draft documents pending release of the solication.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-14-R-0112/listing.html)
- Place of Performance
- Address: 1225 South Clark Street, Suite 200, Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN03352172-W 20140502/140430234605-5622d6237b221d089a7874b9ebccc355 (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 |