Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2019 SAM #6581
SOURCES SOUGHT

D -- 310 Automatic Data Processing Backup and Security Services

Notice Date
12/4/2019 10:57:11 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511 USA
 
ZIP Code
23511
 
Solicitation Number
N0018920CYBER
 
Response Due
12/23/2019 8:59:59 PM
 
Archive Date
01/07/2020
 
Point of Contact
Robert Babcock 757-443-1387
 
E-Mail Address
robert.j.babcock@navy.mil
(robert.j.babcock@navy.mil)
 
Awardee
null
 
Description
Sources sought for information and planning purposes to identify qualified and experienced sources for an anticipated firm fixed price contract under NAICS code 541519 with a size standard of $27.5M. Navy Commands by Fleet Cyber Command (FCC) Office of Compliance and Assessment (OCA) requires contractor support services for all facets of cyber security inspections. This includes supporting initial planning and scoping of inspections, on-site and remote conduct of inspection processes, and post inspection analysis and all associated inspection deliverables, reporting, and follow-on processes. Cybersecurity inspections include existing Command Cyber Readiness Inspections (CCRI), Command Cyber Operational Readiness Inspections (CCORI), Cyber Security Inspections (CSI), Site Assistance Visit (SAV) and related cybersecurity inspections that may evolve throughout the period of performance as directed by Department of Defense (DoD) / Department of the Navy (DON) guidance. Cybersecurity inspections shall be conducted on unclassified and classified DoD/DON networks and enterprises and may include coordination and collaboration with multiple DoD organizations in support of joint and other service/agency requirements to determine operational risk to the Navy and the Department of Defense Information Network (DoDIN). The period of performance for the anticipated contract is a twelve (12) month base period, four (4) twelve (12)-month option periods and an option to extend services for six (6) months.Subject to FAR Clause 52.215-3, entitled Solicitation for Information of Planning Purpose, this announcement constitutes a sources sought synopsis for written information only. This is not a solicitation announcement for proposals: a contract will not be awarded from of this announcement. This sources sought notice is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response.The Fleet Logistics Center, Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide qualified vendors for Cybersecurity Inspection Support. The primary place of performance is Suffolk, VA.Reponses to this Sources Sought request shall include the following information in this format:1. Company name, address, point of contact name, phone number, fax number and email address.2. Contractor and Government Entity (CAGE) Code.3. If the items can be solicited from a GSA schedule, provide the GSA contract number.4. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned.5. Capability statement displaying the contractor�s ability to provide the minimum requirements of the PWS to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought.6. Include any other supporting documentation such as your Seaport NxG contract number and contracting experience under Seaport NxG (including task order numbers, award date, period of performance, sub or prime, and a brief description).7. Provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other associated information.Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages, single-spaced, in no less than 12 font size.Responses should be emailed to Mr. Robert Babcock at robert.j.babcock@navy.mil by 11:00 AM ET on 23 December 2019. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any, is issued.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5fe064a39bb547edb7261cff8ba0691d/view)
 
Record
SN05509419-F 20191206/191204230259 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.