SOURCES SOUGHT
70 -- WACC CND Information Assurance and Security Support
- Notice Date
- 9/19/2014
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
- ZIP Code
- 20755-0549
- Solicitation Number
- HC104714R4049
- Archive Date
- 10/18/2014
- Point of Contact
- Christian M. Fox, Phone: 301 225 4147, Victoria N. Carey, Phone: 301 225 4057
- E-Mail Address
-
christian.m.fox2.civ@mail.mil, victoria.n.carey.civ@mail.mil
(christian.m.fox2.civ@mail.mil, victoria.n.carey.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Information Systems Agency (DISA) is seeking sources for J3 for the White House Communications Agency (WHCA). CONTRACTING OFFICE ADDRESS: Defense Information Systems Agency 6916 Cooper Ave FORT MEADE, Maryland 20755-7901 United States INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of qualified, capable & responsible businesses/sources; to include LARGE AND SMALL BUSINESSES (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. WHCA is seeking information from potential sources for J3 Information Security Support Services for Cyber Network Defense (CND) Analyses on a continual effort to protect, monitor, analyze, detect, react and respond to/from unauthorized activity within the Agency's information systems and computer networks and the advanced Cyber threat via Computer Network Defense (CND) protection activity by employing Information Assurance principals and include deliberate actions to modify an assurance configuration or condition in response to a CND alert or threat information and to provide direct incident response handling when issues arise. DISCLAIMER: THIS SOURCE'S SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-12-D-4007 VC02 Contract Type: FFP/LOE Incumbent and their size: Morgan Franklin Large Business Method of previous acquisition: USG ONE. The new contract will begin approximately 15 March 2015 thru 14 March 2016 with four (4) one year options. REQUIRED CAPABILITIES: WHCA requires support in the following areas: Information Assurance (IA) and Security Support to provide CND services in direct support of the Government's customers. These services will be actions taken to protect, monitor, analyze, detect, react and respond to unauthorized activity within the information systems and computer networks. Support Services for Cyber Network Defense (CND) Analyses on a continual effort to protect, monitor, analyze, detect, react and respond to/from unauthorized activity within the Agency's information systems and computer networks and the advanced Cyber threat via Computer Network Defense (CND) protection activity by employing Information Assurance principals and include deliberate actions to modify an assurance configuration or condition in response to a CND alert or threat information and to provide direct incident response handling when issues arise. SPECIAL REQUIREMENTS: • Must have TOP SECRET/SCI w/SSBI security clearance, with Presidential Support Duty (Yankee White) at time of contract award. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512- Computer systems Design Services. Interested LARGE AND SMALL BUSINESSES are requested to submit the following information in response to the sources sought. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from all types of qualified and capable business/sources; to include Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) The responses should specifically describe the contractor's ability to meet the requirements outlined in the sources sought. All businesses are strongly encouraged to submit their responses. Responses to the sources sought must be submitted via email to the following: Victoria Carey, victoria.n.carey.civ@mail.mil Contract Specialist, & Christian M. Fox, christian.m.fox2.civ@mail.mil, Contracting Officer, by the time and date outlined in the FBO announcement. Please respond by the 3rd of October 2014 by 2:00 P.M. Eastern Standard time and limit response to 5 pages. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the respondent is not capable of performing the scope of work required. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/HC104714R4049 /listing.html)
- Place of Performance
- Address: WHCA, Washington DC, Washington, District of Columbia, 20373, United States
- Zip Code: 20373
- Zip Code: 20373
- Record
- SN03521030-W 20140921/140920000208-6a42771fa4d956334bb239d9f64425ed (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 |