Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

D -- Notice of Intent to Award Sole Source - National Cyber Range II

Notice Date
7/11/2018
 
Notice Type
Modification/Amendment
 
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-19-R-0077
 
Archive Date
8/31/2018
 
Point of Contact
Robert D. Baird, Phone: 4072083485, Jean Borowski, Phone: 4073804261
 
E-Mail Address
robert.d.baird10.civ@mail.mil, jean.m.borowski.civ@mail.mil
(robert.d.baird10.civ@mail.mil, jean.m.borowski.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PURPOSE: This requirement is in support of the U.S. Army Program Executive Office for Simulation, Training, & Instrumentation (PEO STRI) in partnership with the Department of Defense (DoD) Test Resource Management Center (TRMC). The Project Manager for Instrumentation, Targets, Threat Simulators and Special Operations Forces Training Systems (PM ITTS) has a requirement for National Cyber Range II (NCR II). ACQUISITION APPROACH: The U.S. Army Contracting Command - Orlando (ACC - Orlando), anticipates that NCR II program requirements will be fulfilled by a Firm Fixed-Price (FFP) and Cost-Plus Fixed-Fee (CPFF) contract award to Lockheed Martin Rotary and Mission Systems Division (CAGE 16331), 100 Global Innovation Circle, Orlando, FL 32825-5002. The Procuring Contracting Officer (PCO) intends to pursue a sole source award of the NCR II requirements under the authority of FAR 6.302-1(a) (2) - Only one responsible source and no other supplies or services will satisfy agency requirements. PROGRAM BACKGROUND: On 26 May 2014, Contract W9000KK-14-C-0020, a CPFF contract, was awarded sole source to Lockheed Martin for National Cyber Range (NCR), with a period of performance up to 5-years (1 year base with 4 option years). The NCR is a one-of-a-kind capability providing secure facilities, computing resources, repeatable processes and a skilled workforce as a service to Program Managers (PMs) and Cyber Mission Force (CMF) organizations. Performance based services include cybersecurity Test and Evaluation (T&E) and training as a service to DoD customers. NCR benefits PM and CMF planning and execution of a wide range of cyber activities, including science and technology experimentation, architectural evaluations, security control assessments, cooperative vulnerability and penetration assessments, adversarial assessments, training, exercises, and mission rehearsal. PROGRAM DESCRIPTION: Market research conducted by TRMC and ACC-Orlando in support of the upcoming National Cyber Range Complex Event Planning, Operations and Support (NCRC EPOS) competitive procurement indicated that prospective Offerors require key technical documentation to effectively prepare proposals for the NCRC EPOS solicitation. Pursuant to FAR 52.217-8, the PCO at ACC-Orlando determined extending NCR services for 6-months is necessary for completion of an Engineering Change Proposal (ECP) and delivery of a current Technical Data Package (TDP) by 25 November 2019. This NCR II sole source contract will provide the Government a risk mitigation strategy for continuation of service at the only single operational location while the NCRC EPOS requirements package are being prepared and key technical documents for the NCR are being developed. It is the Government's intent to exercise only the necessary option years required of this NCR II sole source FFP/CPFF contract to meet the risk mitigation objectives listed below: Continuation of the current critical cyber service; Operational contingency to mitigate risks in the event of any facility build out schedule slippages, accreditation schedule slippages, or NCRC EPOS delays/protests; To allow needed time for NCRC EPOS performers to ramp-up; Training package development/delivery to train new NCRC EPOS performers; TDP Verification and Validation (V&V) to ensure system reproducibility at future new NCRC sites, and; Risk Management Framework Assessment and Authorization to reach Approval to Operate (ATO). PERIOD OF PERFORMANCE/DELIVERY: Not to exceed 48 months after award of contract. RESPONSES REQUESTED: Contractors who believe they have the ability to meet the NCR II requirements shall submit an affirmative, written response, not to exceed 10 pages, indicating their ability to meet the specific NCR II requirements outlined above. The Offeror's capability description should include documentation demonstrating that the Offeror has adequate financial resources to perform the contract, or the ability to obtain them; considers all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary technical and management resources and facilities, or the ability to obtain them. If the Government decides to compete this requirement, a synopsis shall be issued. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply. Responses should appear on company letterhead and include any applicable pricing data or information. All responses should include a point of contact, telephone number and an e-mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses shall be furnished electronically to the contacts listed below, not later than 3:00 PM EDT, July 16th, 2018. DISCLAIMER: This notice does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products and services. No funds are available to pay for preparation of responses to this notification. The Government will use any information received by the closing date of this notice to determine whether other sources are available and capable of satisfying PEO STRI/TRMC requirements for NCR II. A determination not to compete the proposed NCR II requirement(s) based upon the responses to this notice is solely within the discretion of the Government. POINTS OF CONTACT: Primary - Mr. Robert (Bob) Baird, Contract Specialist, (407) 208-3485, robert.d.baird10.civ@mail.mil; Alternate - Ms. Jean Borowski, Contracting Officer, (407) 380-4281, jean.m.borowski.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db7bdd2d92082d47949f9eaaf62a31f5)
 
Record
SN04987705-W 20180713/180711231316-db7bdd2d92082d47949f9eaaf62a31f5 (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  © 1994-2020, Loren Data Corp.