Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
SOLICITATION NOTICE

D -- National Cyber Range Complex Sources Sought Notice - Draft PWS

Notice Date
5/19/2017
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-17-NCRC
 
Archive Date
7/1/2017
 
Point of Contact
Ashley N. Carter, Phone: 4073843692, Jean Borowski, Phone: 4073804261
 
E-Mail Address
ashley.n.carter55.civ@mail.mil, jean.m.borowski.civ@mail.mil
(ashley.n.carter55.civ@mail.mil, jean.m.borowski.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft NCRC PWS PROGRAM DESCRIPTION: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) is seeking market research to assist in developing the acquisition strategy for a multi-year National Cyber Range Complex (NCRC) Event Planning, Operations and Support contract to support the Test Resource Management Center (TRMC) mission of providing realistic cybersecurity environments to support Test and Evaluation (T&E) of major Department of Defense (DoD) acquisition programs and to enable the conduct of realistic training and certification events for the DoD Cyber Mission Force (CMF). NOTE: This market research effort is separate and distinct from activities related to the development and acquisition of capabilities to support the Persistent Cyber Training Environment (PCTE). BACKGROUND: The National Cyber Range Complex (NCRC) will provide the ability to conduct realistic cybersecurity Test and Evaluation (T&E) of major Department of Defense (DoD) acquisition programs and the ability to conduct realistic training and certification events for the DoD Cyber Mission Force (CMF) with a primary training focus on supporting large and complex team and collective training. Located at and operated by Lockheed Martin Rotary and Mission Systems in Orlando, FL for the Test Resource Management Center (TRMC), the current NCR is comprised of four key elements: a secure facility, a unique security architecture, integrated tools for cyber testing, and a multi-disciplinary staff. Accredited by the Defense Intelligence Agency (DIA), the NCR provides an efficient and affordable cybersecurity testing and training infrastructure that can operate at levels up to Top Secret/Sensitive Compartmented Information (TS/SCI). Using state-of-the-art network isolation capabilities, the NCR can simultaneously execute combinations of up to eight independent T&E and CMF training events at different classification levels. To meet growing demand for cybersecurity T&E and CMF training and certification, the TRMC is embarking on a program to increase cyber range capacity by creating an interconnected complex of NCR-like facilities. These new cyber ranges will be located within government owned facilities at the following pre-selected tentative locations: Orlando, FL, Charleston, SC, Aberdeen, MD, Patuxent River, MD and Fort Walton Beach, FL. At maturity, the NCRC will consist of an integrated and interoperable constellation of facilities designed to enable the planning and execution of very large-scale complex distributed cybersecurity T&E and training events. The NCRC will empower programs to conduct research experiments, development and operational tests, and operational training exercises in environments that emulate their specific computing, networking, and information systems infrastructures. This effort is for the cyber event planning, operations and support at government owned NCRC facilities at the pre-selected tentative locations listed above. It is not for the design and buildout of the actual facilities or the design of the core NCRC infrastructure capabilities. Expect Government-owned NCRC facilities be accredited and equipped to conduct cyber T&E and training missions The Contractor for this effort shall be required to effectively translate customer event objectives and requirements [e.g. program of record (POR) developmental or operational test (DT/OT) requirements, mission-tailored use cases, exercise Master Scenario Events Lists (MSELs), and cyber mission force training standards and objectives] into actionable and customer-tailored cybersecurity event environments at an NCRC facility. This includes leading the planning and execution of Cyber Table Top (CTT) exercises to assist a customer in better understanding possible test and training scenarios that may result in events on a cyber range. The Contractor for this effort shall be required to identify and/or design new or modified IT assets, capabilities and event-specific content and re-engineering and/or modifying representative and realistic instances of Internet services to operate in a closed cyber range environment (e.g. live websites, representative background network traffic and user populations and accounts). This includes, but is not limited to, real and simulated instances of general purpose red space, gray space, blue space, and related command and control services and capabilities to enable remote, geographically distributed execution of cybersecurity T&E and training events that support DoD acquisition programs and provide environments suitable for training and certifying the CMF. The Contractor shall develop cyber range event capabilities and content in a manner that enables them to be shared and used by all facilities with the NCRC. The Contractor for this effort shall be required to configure and operate an NCRC facility to support the planning, design, configuration, deployment and execution of multiple concurrent event environments at different classifications from unclassified through TS/SCI and consisting of combinations of virtual machines and physical instances. This includes, but is not limited to, operating and maintaining specialized data centers and managing complex distributed closed loop Internet Protocol (IP)-based and non-IP based, (e.g. Industrial Control Systems (ICS) or Supervisory Control and Data Acquisition [SCADA]) communications, networking and computing infrastructures needed to support event environments including combinations of Live, Virtual and Constructive (LVC) capabilities, performing day-to-day cyber range data center and network operations and maintenance IAW applicable DoD policies and accepted industry best practices including participating in and supporting the JMETC Multiple Levels of Security Network (JMN) and Joint Information Operations Range (JIOR) Interconnection Service Agreements (ISA) processes. The Contractor for this effort shall be required to, as a minimum, have Subject Matter Expertise in the following areas: formal acquisition development and operational test and evaluation (DT/OT T&E) cybersecurity event planning and execution; DoD cybersecurity training and exercise planning and execution; IP network engineering and network operations; defensive cyber operations; performing cooperative and adversarial vulnerability assessments; analyzing threat vectors for a system under test (SUT); customized software development; custom traffic generation development and deployment and cybersecurity event data analysis and reporting. In performing this contract, the Contractor will have the requirement to receive process, store, manage, and generate classified material from SECRET up to TS/SCI. The Contractor is required to have sufficient technical and managerial personnel with active Top Secret/Sensitive Compartmented Information (TS/SCI) clearances to execute the program at contract award. These personnel must have, at a minimum, SI, TK, G, HCS and NATO compartmented access caveats. ACQUISITION APPROACH: A draft Performance Work Statement (PWS) is included with this posting. For purposes of this Sources Sought Notice, the applicable documents referenced in the PWS will not be made available. The Government has not made a final decision regarding the contracting approach that will be used to meet this requirement. The Government will make the awards on a Best Value/Trade Off basis. The Government anticipates a combination of Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) Contract Line Items (CLINS). The Government is contemplating the use of either a multiple award contract (MAC) with task orders or separate contracts awarded to one responsible offeror for each of the NCRC sites. ESTIMATED DOLLAR VALUE: TBD RESPONSE/REQUIREMENTS: Responses should include a narrative to demonstrate your capabilities and knowledge with cyber range event planning, execution, operations and support of this magnitude. Specifically, interested contractors shall: 1. State the scope of past and present (within the last 3 years) relevant experience on similar contracts, identify specific areas of relevant experience related to the PWS. Include dollar value of contract, whether performed as a prime or subcontractor, complexity and point of contact. 2. Demonstrate your knowledge and experience in effectively translating customer event objectives and requirements into actionable and customer-tailored cybersecurity event environments. 3. Demonstrate your knowledge and experience in identifying, designing and re-engineering IT assets, capabilities and event-specific content to provide realistic instances of Internet services capable of operating in a closed loop cyber range environment. 4. Demonstrate your knowledge and experience in cyber range event planning and execution to include operations and maintenance (O&M) of the supporting cyber range infrastructure. Specifically, include your knowledge and capabilities in; a) planning, conducting and supporting cyber range events for the purposes of Test and Evaluation (T&E) customers of DoD acquisition programs; and b) planning, conducting and supporting cyber range events for the purposes of Cyber Mission Force (CMF) training, certification and exercises. 5. Demonstrate your ability and experience in operating, managing and maintaining specialized data centers that support complex distributed closed loop IP and non-IP based (e.g., Industrial Control System/Supervisory Control and Data Acquisition (ICS/SCADA)) communications, networking and computing infrastructures and services to include all aspects of engineering, logistics, equipment modification, configuration management and quality control issues, risks and mitigation plans. 6. Demonstrate your ability and experience to provide personnel cleared to the Top Secret/Sensitive Compartmented Information (TS/SCI) level with at a minimum, SI, TK, G, HCS and NATO compartmented access caveats and the skill sets required to plan, design, build and execute complex and realistic cybersecurity T&E and training cyber range event environments. 7. Demonstrate your ability and experience in current Information Security Accreditation, including all DoD, Army, and Defense Intelligence Agency guidance, processes, and procedures and accreditation processes (e.g. Risk Management Framework [RMF]). 8. Provide any alternative approaches to satisfying the subject requirement. INFORMATION SUBMISSION INSTRUCTIONS: All capability statement sent in response to this Source Sought Notice (SSN) must be submitted electronically (via email) to the Contracts Specialist identified below. Response shall include documentation of technical expertise and capability in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this Sources Sought Notice articulate their capabilities clearly and adequately. 1. Only E-mail submissions will be accepted. 2. Use MSOffice 97-2003 compatible (.xls,.doc or.ppt) or Adobe Acrobat 9 Pro (.pdf) formats. 3. Classified material will not be accepted. 4. Material samples will not be accepted. 5. Information papers may be submitted in a White Paper Format and will count towards the total number of pages allowed. 6. The cover sheet shall include the following company information: name, address, and URL, POC and email address, System for Award Management (SAM) number, Commercial Government Entity (CAGE) code number and Data Universal Numbering System (DUNS) Number, and business type and size. 7. Limit responses to 20 pages, excluding graphs/charts, or pictures but no more than 30 pages MAXIMUM. 8. Minimum acceptable font size is 12 Arial. 9. All documents should be typed in single space, single sided pages. 10. Interested Large Business Prime Contractors: Identify what portion of the requirements you would satisfy in house and what portion and capabilities/components could be subcontracted to small businesses. 11. Interested Small Business Prime Contractors: Please describe how you plan to meet the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting and how teaming to meet the overall requirements would be accomplished. 12. Small Business interested in Subcontracting: Please be specific in identifying capabilities that support the areas you are interested in. 13. Contractors shall indicate if they are a large or small business based on NAICS Code. If small, please indicate any applicable socio-economic status such as: Small Disadvantaged Business (SDB), Service-Disabled Veteran- Owned Small Business (SDVOSB), 8(a), WOSB, HUB Zone, etc. 14. All contractors need to specify which NCRC sites they are interested in. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary information in any resultant solicitation(s). DISCLAIMER: * Responders are advised that the U.S. Government will not reimburse any contractor for any information or administrative costs incurred in the response to this notification: all costs associated with responding to this notification will be borne solely by the interested party. * Not responding to this notification does not preclude participation in any future RFP or other solicitation, if any is issued. * This is a market survey, not a pre-solicitation notice. This request for information is for Market Research purposes only and is being used as an instrument to identify potential business sources that can provide the capabilities described herein. * The information provided in this notice is subject to change and is not binding on the Government. * This notice does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products and/or services * The Government does not intend to award a contract on the basis of this notice or reimburse the costs incurred by potential offerors in providing the information requested herein. * Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements. * There is no formal solicitation available at this time. If a formal solicitation is generated at a later date, a solicitation notice will be published. All product information and samples if submitted shall be at no cost or obligation to the Government. * No award will be made as a result of this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/683ae127f20bec9195c90a4da6a21676)
 
Place of Performance
Address: Army Contracting Command, 12211 Science Drive, Orlando, Florida, 32826, United States
Zip Code: 32826
 
Record
SN04515117-W 20170521/170519234154-683ae127f20bec9195c90a4da6a21676 (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.