Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOURCES SOUGHT

D -- Cyber Services Enclaves and Systems Certification, Sources Sought tracking number: 831812220.

Notice Date
3/14/2018
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
831812220
 
Archive Date
4/13/2018
 
Point of Contact
Grant Greer, Phone: 6182299541
 
E-Mail Address
Grant.m.greer.civ@mail.mil
(Grant.m.greer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT Defense Information Systems Agency (DISA) is seeking sources for DISA Cyber Services Information Assurance Services: Ecosystem Acquisition Restructure for SEL7 Cyber Services Enclaves and Systems Certification, Sources Sought tracking number: 831812220. CONTRACTING OFFICE ADDRESS: DISA/Defense Information Technology Contracting Organization (DITCO)-PL8321 2300 East Drive, Building 3600 Scott Air Force Base, Illinois 62225 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. Cyber Services Line of Business (LOB), SEL7 DISA Cyber Services, oversees the development and maintenance of all information technology assets that receive, process, store, display, or transmit Department of Defense (DoD) information. This information technology will be acquired, configured, operated, maintained, and disposed of consistent with applicable DoD cybersecurity policies, standards, and architectures. These programs include Enterprise Program Services, Network Program Services, Mission Partner Engagement, Internal Program Services, Defense Information Systems Network (DISN) programs, and Communication Security (COMSEC),. Cyber Services LOB SEL7 seeks information on potential sources to support Cyber Vulnerability Management (VM) Services, which includes: training; audits; review, creation, and execution of policies, orders, and guidance; vulnerability scanning, detection, and analysis; compliance monitoring, reporting, and mitigation; and Cyber systems management and automation configuration, change, and account management for DOD managed information systems. DISCLAIMER: THIS SOURCES 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: This a new requirement. REQUIRED CAPABILITIES: a) Please describe your experience in supporting Cyber Vulnerability Scanning & Detection, maintaining Operational Security, supporting DOD audits, and supporting any other Information Assurance Enabled Devices (IAED) managed by DOD for both unclassified and classified networks in accordance with (IAW) DOD regulations, guidelines, and orders. b) Please describe your experience monitoring, analyzing, reporting, and improving DOD cyber security posture throughout the entire lifecycle of DOD managed Information Systems (IS)'s with all available tools/cyber systems. This includes ensuring insider/external threats and incidents are appropriately detected, monitored, and remediated per DoD Guidance and regulations. c) Please describe your experience utilizing/managing cyber systems to include: tools, applications, databases, and other software/network platforms. Please give examples how your company has been highly proficient with cyber tools and has analyzed and determined how to implement appropriate automation processes and gain efficiencies across DOD. d) Please describe your experience in creating, implementing, and maintaining appropriate change management processes. Functions include: creating, implementing, and adhering to DOD change management policies and processes; and following DOD orders and guidelines with regards to configuration, and account management. e) Please describe your experience in providing a comprehensive management approach for the appropriate: mix of skilled/qualified labor categories, hours/schedules/shifts, certifications (i.e. DoD 8570, DoDD 8140.01). f) Please describe your experience developing and submitting escalation letters, as well as, creating and executing after action responses based on the appropriate course of action in the event of a noncompliant determination. SPECIAL REQUIREMENTS Personnel Clearance required: Top Secret (TS) Sensitive Compartmented Information TS-SCI Facility Clearance required: Secret clearance SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519 with the corresponding size standard of $27,500,000. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. 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 qualified and capable 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. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small 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, NIH, NASA SEWP, 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.) 6) The respondent shall use the Sources Sought title for the title and Sources Sought tracking number in the Subject of all emails submissions. In addition, the submission shall be in 12-point type with at least one-inch margins on 8 1/2" X 11" page size (all-inclusive with the exception of the title page and table of contents). Vendors who wish to respond to this should send responses via email NLT 4:00 PM Eastern Daylight Time (EDT) on March 29, 2018 to Grant Greer at Grant.M.Greer.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than six pages) demonstrating ability to perform the services listed in this Technical Description. 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/SS 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/DITCO/831812220/listing.html)
 
Record
SN04854765-W 20180316/180314231736-5f7236f4d7cf86ea9801850647ceadc0 (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.