SOLICITATION NOTICE
R -- Request for Information Cybersecurity Risk Management Services - DRAFT Peformance Work Statement - RFI
- Notice Date
- 10/18/2016
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA3002-16-RFI-Cybersecurity_Risk_Management_Services
- Archive Date
- 12/3/2016
- Point of Contact
- Kacie L. Varner, , Sheldon Washington,
- E-Mail Address
-
kacie.varner@us.af.mil, sheldon.washington.2@us.af.mil
(kacie.varner@us.af.mil, sheldon.washington.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information - Cybersecurity Risk Management Services DRAFT - Performance Work Statement - Cybersecurity Risk Management Services REQUEST FOR INFORMATION (RFI) Cybersecurity Risk Management Services This Request for Information (RFI) is issued solely for information and planning purposes. In accordance with FAR 15.201(e) and FAR 52.215-3, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Your response to this RFI will be treated as information only and will not be used as a proposal. No entitlement to payment, of direct or indirect costs, or charges to the Government will arise as a result of a contractor's submission of a response to this announcement or the Government's use of such information. The information provided may be used by the Government in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for marking proprietary or competition sensitive information contained within their response. Not responding to the RFI does not preclude participation in any future solicitations, if any. The information provided in this RFI is subject to change and is not binding on the Government. The Government does not intend to issue a solicitation based on this RFI. The information sought in this RFI includes the North American Industry Classification System (NAICS) Code 541512, Computer Systems Design Services, with a small business size standard of $27.5M. SUMMARY: AFICA 338 SCONS/PKD is conducting market research to gather information on the contractor's capability to effectively provide Risk Management Framework (RMF)/Cybersecurity support to complete tasks such as but not limited to, Assessment and Authorization (A&A) and Information System Security Manager (ISSM), and Authorization Officials (AOs) to complete tasks such as Security Control Validation, Enterprise Mission Assurance Support Service (eMASS) account management and Federal Information Systems Management Act (FISMA) compliance. TECHNICAL DESCRIPTION: Two teams of Cybersecurity professionals are required under this requirement. The first team will be responsible for: managing and updating all process related documentation; DIACAP Certification & Accreditation (C&A); managing current as well as developing new RMF A&A packages; and completing required documentation to support Federal Information Systems Management Act (FISMA) reporting. The second team will be responsible for: operating as the AO's support staff; completing the Security Validation role in the Control Approval Chain; performing eMASS administration; maintenance and monitoring of AETC FISMA metrics; providing RMF and DIACAP Subject Matter Expert (SME) support; and performing as a technical interface and liaison in the DIACAP/RMF process. RESPONSE FORMAT: Please provide answers for each of the following questions, utilizing the existing numbering scheme for each response and limiting your total response for this RFI to no more than ten (10) pages: 1. All interested parties are invited to provide the following information: A. Company Name and CAGE code. B. Mailing Address. C. Point of Contact (to include phone/fax and e-mail). D. Web site, if applicable. E. State if your company is registered under NAICS code 541512 or not. F. State whether your firm is large, small, small disadvantaged, woman-owned small, HUB-Zone, veteran owned, service-disabled veteran owned, or 8(a) certified business concern for NAICS 541512. 2. Describe your capability to meet the technical requirements described in the attached draft Performance Work Statement (PWS). Specifically, describe how you will meet the requirements of the two task areas required in paragraphs 3.1. and 3.2. of the PWS. 3. Describe your experience with similar requirements to include the type of contract. 4. Provide any comments or questions on the RMF process as it is outlined in the PWS. 5. Provide any comments or questions on the draft PWS and/or a firm-fixed price contract type. 6. Large businesses will be required to provide a small business subcontracting plan indicating whether or not they can meet DoD minimum subcontracting goals (36% of subcontracts to small businesses, 3% to service-disabled veteran-owned small businesses, 5% to small disadvantaged businesses, 5% to woman-owned small businesses and 3% to Historically Underutilized Business Zones (HUB Zone) small businesses). Subcontractors include any company that is contracted with for services or supplies that would support this contract. If not, please provide a brief explanation why these goals are not appropriate, what percentage could be subcontracted to each small business category, and the basis of the percentages proposed. Also, provide the percentage of the total contract dollars that could be subcontracted to each small business category and the basis of the percentages proposed. NOTE: Small businesses may be located through the Dynamic Small Business Search at http://dsbs.sba.gov. ADMINISTRATIVE INFORMATION: Small Business (SB) Set-Aside Determination. The Government reserves the right to decide whether or not a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to the notice by providing the information specified above no later than 10:00 AM (CST), on 18 November 2016. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint and shall be provided via e-mail. You may forward your responses and/or submit questions regarding this RFI to the POCs identified below. Contract Specialist: Kacie Varner, kacie.varner@us.af.mil Contracting Officer: Sheldon Washington, sheldon.washington.2@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f6be8009e733b735f85a3e2c26f63345)
- Place of Performance
- Address: 61 Main Circle, Suite 2, JBSA-Randolph, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN04307050-W 20161020/161018234417-f6be8009e733b735f85a3e2c26f63345 (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 |