Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2017 FBO #5549
SOLICITATION NOTICE

R -- Cybersecurity, Research, Development & Implementation Support Services

Notice Date
1/30/2017
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-17-RP-0007
 
Point of Contact
Chantel Adams, Phone: (301) 975-6338, Keith Bubar, Phone: (301) 975-8329
 
E-Mail Address
chantel.adams@nist.gov, keith.bubar@nist.gov
(chantel.adams@nist.gov, keith.bubar@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS NOTICE IS ONLY A NOTIFICATION THAT A SOLICITATION IS ANTICIPATED AND FORTHCOMING; THIS IS FOR INFORMATION ONLY; NO RESPONSES ARE REQUIRED. THE OFFICIAL SOLICITATION NOTICE WILL BE POSTED TO FEDBIZOPPS UNDER SEPARATE NOTICE. This is a Presolicitation Synopsis Notice for a new, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Cybersecurity Research, Development and Implementation (CRDI) contractor support services. Related Notices previously posted to FEDBIZOPPS: Sources Sought Notice Number AMDTC-16-0003 Draft RFP Notice Number AMDTC-17-0003 The Contract Specialist point of contact for this anticipated solicitation will be Chantel Adams at (301) 975-6338, email chantel.adams@nist.gov. The Contracting Officer point of contact for this anticipated solicitation will be Keith Bubar at (301) 975-8329, email keith.bubar@nist.gov; 1. CONTRACT INFORMATION: Solicitation SB1341-17-RP-0007, is intended to result in a Multiple Award, Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. Anticipated Task Orders shall be issued as Firm Fixed Price (FFP), Labor Hour or a Hybrid of both contract types. The period of performance of the IDIQ contract is expected to be a 12-month base period with four (4), consecutive, 12-month option periods. Period of performance of task orders shall be determined on each task order. Place of performance will be determined on each task order. This action will be 100% Small Business Set-aside. 2. PROJECT INFORMATION: The Contractor shall provide information security and cybersecurity services. The purpose of this IDIQ contract is to gain technical expertise and consultation in multiple specified areas of cyber and information security to ensure that the NIST mission can be met to "provide standards, technology, tools, and practices to protect our nation's information and information systems." Work performed under the anticipated IDIQ Contract may include the following: •Technical Inputs and support of the development of Standards, Guidelines, NIST Interagency Reports (NISTIRs) and Standard Reference Material(s); •Software and application development and application modeling support; •Research work; •Support on development and implementation of processes and mechanisms to enable effective outreach and communications across cybersecurity landscape; •Program operations and analysis; •Programmatic support on reports and project tracking; and •Recommendations on standards activities. 3. EVALUATION INFORMATION: The Government intends to use a price/technical tradeoff process to award multiple contracts to the responsible Offerors whose proposals represent the best value to the Government, evaluated price and other factors considered. However, the Government reserves the right to make a single award if deemed to be in the best interest of the Government after evaluating proposals. The Government reserves the right to make an award to other than the lowest-priced Offeror(s) or to the Offeror(s) with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Contracting Officer intends to award without discussions, but reserves the right to initiate discussions if necessary. The Government will evaluate the proposal responses in accordance with the criteria described in the solicitation. 4. ESTIMATED POSTING DATE: The Government anticipates posting the official Solicitation on or approximately 16 days after the publication date of this notice, under solicitation number SB1341-17-RP-0007. Proposals are anticipated to be due approximately 45 days from issuance of the Solicitation. The North American Industrial Classification System (NAICS) code applicable to this project is NAICS code 541519 (Other Computer Related). The Small Business Size Standard is $27.5 million. Potential Offerors will be responsible for obtaining the solicitation and related amendments, if any, from www.fbo.gov after the solicitation has been posted. The Government will not maintain a mailing list. Any communications regarding this acquisition must be made in writing and forwarded via email to chantel.adams@nist.gov and keith.bubar@nist.gov, and must follow the instructions provided in the official Solicitation for communications to NIST. Offerors must be actively registered in the System for Award Management (SAM) at www.sam.gov, in order to be eligible to receive a contract under this acquisition. THIS ANNOUNCEMENT IS A PRESOLICITATION NOTICE ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, IMPLIED OR OTHERWISE, TO ISSUE A SOLICITATION OR AWARD A CONTRACT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-17-RP-0007/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN04385280-W 20170201/170130234513-5bb8b9f837b2050c5bf42638cf81698e (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.