Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
SOURCES SOUGHT

70 -- Common Vulnerability Exploit Products

Notice Date
6/10/2015
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018915T0245
 
Response Due
6/18/2015
 
Archive Date
7/3/2015
 
Point of Contact
Mr. David Biggs
 
Small Business Set-Aside
N/A
 
Description
Sources sought for information and planning purposes to identify qualified and experienced sources for an anticipated firm-fixed price contract or task order under NAICS code 511210, with a small business size standard of $27.5M. The Government requires contractor support, via subscription services to meet the increased demand to emulate current cyber threat actors and their capabilities. The Government is seeking a qualified vendor capable of producing operational exploit products that integrate with commonly used cyber security exploitation frameworks. The anticipated period of performance for an eventual contract, if awarded, is a 12 month base period and three 12 month option periods. Subject to FAR Clause 52.215-3, entitled Solicitation for Information of Planning Purpose, this announcement constitutes a sources sought synopsis for written information only. This is not a solicitation announcement for proposals: a contract will not be awarded from of this announcement. This sources sought notice is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The Fleet Logistics Center, Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide qualified personnel to support the Government ™s mission in the following functional areas: This is a requirement to have access to vulnerability intelligence, exploit reports and operational exploit binaries affecting widely used and relied upon commercial software. - These include but are not limited to Microsoft, Adobe, JAVA, EMC, Novell, IBM, Android, Apple, CISCO IOS, Linksys WRT, and Linux, and all others. - The vendor must be rated to Capability Maturity Model Integration (CMMI) Level 3 or greater. - The vendor shall provide the government with a proposed list of available vulnerabilities, 0-day or N-day (no older than 6 months old). This list should be updated quarterly and include intelligence and exploits affecting widely used software. The government will select from the supplied list and direct development of exploit binaries. - Completed products will be delivered to the government via secured electronic means. Over a one year period, a minimum of 10 unique reports with corresponding exploit binaries will be provided periodically (no less than 2 per quarter) and designed to be operationally deployable upon delivery. - Based on the Government ™s direction, the vendor will develop exploits for future released Common Vulnerabilities and Exposures (CVE ™s). - Binaries must support configurable, custom, and/or government owned/provided payloads and suppress known network signatures from proof of concept code that may be found in the wild. - Once a product is transferred from the vendor to the government, the government maintains a perpetual license to use, modify or share at the buyer ™s discretion. - The vendor shall accept vulnerability data to include patch code, proof of concept code, or analytic white papers from the government to assist with product development. Products developed under these conditions will not be available to any other customer and will remain exclusively licensed to the government. - All delivered products will be accompanied by documentation to include exploit description, concept of operation and operator instructions. - Technical support shall be provided by the vendor to the government for purposes of integrating, troubleshooting, bug fixes, feature enhancements, and OS and third party software compatibility testing. These services must be available Monday through Friday during normal working hours (0730 EST through 1630 EST). Reponses to this Sources Sought request shall include the following information in this format: 1. Company name, address, point of contact name, phone number, fax number and email address. 2. Contractor and Government Entity (CAGE) Code. 3. If the items can be solicited from a GSA schedule or existing Multiple Award Contract, provide the contract number. 4. Size of business - Large Business, Small Business, Small Disadvantaged, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 5. Capability statement displaying the contractor ™s ability to successfully provide the subscription services detailed above. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 3 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. 6. Comments, questions and recommendations regarding contractor tasking detailed in the PWS are encouraged. 7. Include any other supporting documentation deemed necessary. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed eight (8) typewritten pages, single-spaced, in no less than 10 font size. Responses should be emailed to Mr. David Biggs at david.a.biggs@navy.mil by 4:00 PM ET on 18 June, 2015. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any, is issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0245/listing.html)
 
Record
SN03759969-W 20150612/150610235554-3dd32e729b697791350ab6c086210bf1 (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 |
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.