Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2022 SAM #7546
SOLICITATION NOTICE

R -- PM IS&A Cybersecurity Support Services Solicitation

Notice Date
7/27/2022 3:16:08 PM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
CybersecurityServices_Solicitation_W56KGY22R0016
 
Response Due
8/1/2022 2:00:00 PM
 
Archive Date
08/16/2022
 
Point of Contact
Thomas J. Lueddeke, Larry Holton, Phone: 4438615385
 
E-Mail Address
thomas.j.lueddeke.civ@army.mil, lawrence.j.holton.civ@mail.mil
(thomas.j.lueddeke.civ@army.mil, lawrence.j.holton.civ@mail.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
***UPDATE 27 July 2022: The Government is planning an Amendment (0002) to Solicitation W56KGY-22-R-0016, however ACC is experiencing issues with its Contract Writing System and cannot finalize the amendment at this time. Once the amendment is processed, it will be provided ASAP in a subsequent update to this SAM posting. The amendment will incorporate minor changes and clarifications which will be detailed below for offeror's advanced awareness: Attachment 0002 - The Basis of Estimate (BOE) file reference under technical volume will now be removed, as detailed in the Q&A document (Attachment 0007) questions 34, 73, 97, & 98. This was meant to be included in the previous amendment. RFP Section L.II.2, Corporate Experience - The reference to page limit will be changed from four (4) to six (6) pages, as detailed in the Q&A document (Attachment 0007) question 55. This was also meant to be included in the previous amendment. RFP Section B, CLINs 0001-3002 - All CLIN narratives will be updated to reference the newest version of the PWS (20 July 2022) which was incorporated by Amendment 0001. RFP Section B, CLINs 0001 (Services, Phase-in) & 0002 (Services, Base Year) Ordering Periods - The ordering periods for both of these two CLINs currently start at contract award, and therefore overlap. Although this simplified pricing by making the base year and option periods equal lengths, it has caused confusion on how to prepare the Cost/Price Volume. The following changes will correct and clarify this: The Phase-in ordering period will be unchanged. It will start at contract award and be one (1) month in length. Offerors are to propose their own pricing for this CLIN in their Cost/Price Volumes, according to their phase-in plan of when employee positions will start during that period. There are no hours provided in the LCAT/LOE (Attachment 0004) document for this period, as the offerors are to utilize their own Level of Effort estimations. The base year ordering period will be adjusted from twelve (12) months to eleven (11) months, and will begin immediately after the phase-in period. This will remove any overlap, and the phase-in and base period together will constitute the first year of performance on the contract. Attachment 0004, LCAT/LOE speadsheet - The hours shown for the BASE YEAR ONLY of each Labor Category will be reduced by 1/12th to account for the change in the ordering period from twelve (12) months to eleven (11) months. Offerors are to adjust their Cost/Price Volumes by plugging in the new hours into the appropriate locations on their spreadsheet. Spreadhseets should be formula driven with cell references, so this change should update totals that appear elsewhere. Offerors are reminded to check any references to total prices in Volumes I or IV once this change has been incorporated. The answers given to Questions 16 & 77 of the Q&A document (Attachment 0007) are still valid, however the base year hours of Attachment 0004 will be reduced, as described in the point above. The proposal deadline will be extended further to 5:00 PM, Monday, August 01, 2022 to allow extra time for any proposal revisions/review in response to these changes. ACC will finalize and release Amendment 0002 incorporating the above changes, as soon as practically possible. The proposal submission deadline has been extended, and submissions shall be no later than (NLT) 5:00 PM Eastern Time on 01 August 2022 via DoD SAFE, using the instructions previously provided.*** ***UPDATE 22 July 2022: The Government is releasing Amendment 0001 to Solicitation W56KGY-22-R-0016. The Amendment has been uploaded as an attachment, along with the updated RFP attachments, and the Questions and Answers document. The original documents have not been removed from the posting and will still be available for download. A summary of key changes can be found at the end of the Questions and Answers document. The proposal submission deadline has been extended, and submissions shall be no later than (NLT) 5:00 PM Eastern Time on 29 July 2022 via DoD SAFE, using the instructions previously provided.*** ***The Government is planning an Amendment (0001) to Solicitation W56KGY-22-R-0016, to be released by COB 22 July 2022. A Questions and Answers document will accompany the updated SAM posting. Due to the amount of questions received, and the proposed changes to the RFP, the proposal submission deadline will be extended for this solicitation. The extended deadline will ensure offerors have seven (7) caldendar days to review the Q&A document and amended solicitation, and make any adjustments to their proposals. The exact date of the extended deadline will be released with the upcoming Amendment and update to this SAM posting. No changes, outside of this update notice, have been made at this time.*** ***UPDATE 20 July 2022:�The Government is planning an Amendment (0001) to Solicitation W56KGY-22-R-0016, to be released by COB 22 July 2022. A Questions and Answers document will accompany the updated SAM posting. Due to the amount of questions received, and the proposed changes to the RFP, the proposal submission deadline will be extended for this solicitation. The extended deadline will ensure offerors have seven (7) caldendar days to review the Q&A document and amended solicitation, and make any adjustments to their proposals. The exact date of the extended deadline will be released with the upcoming Amendment and update to this SAM posting. No changes, outside of this update notice, have been made at this time.*** The United States Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, MD 21005, on behalf of US Army Project Manager Intelligence Systems & Analytics (PM IS&A), intends to solicit and award a new Single Award, Cost Plus Fixed-Fee (CPFF) & Cost No Fee (CNF), Indefinite-Delivery/Indefinite-Quantity (ID/IQ) type contract. The Period of Performance will be a single 12-month base period, followed by three (3) 12-month option periods for a total of 48 months.�This opportunity is availble only to eligible SBA 8(a) program participants. It will be awarded using best value tradeoff procedures�and will utilize source selection procedures in accordance with FAR part 15, �Contracting by Negotiation�. The Contractor shall provide Cybersecurity support and services for System Security Engineering, Cloud Security Engineering, Assessment and Authorization (A&A), and Cybersecurity Field Service Engineer (FSE). Cybersecurity support and services include, but are not limited to, analyze, access, integrate, document, enhance, improve, modernize, implement, test, monitor, sustain, and maintain PM IS&A cybersecurity posture and capabilities. It includes all cyber domain activities in order to ensure process efficiencies, standard compliance, and interoperability. The following attachments are included in this notice's Attachments/Links section: Exhibits A & B, both dated 08 June 2022. Attachment 0001 - Cybersecurity Support Services Performance Work Statement, dated 23 June 2022. Attachment 0002 � Solicitation Tables, dated 14 June 2022. Attachment 0004 ��Level of Effort and Labor Descriptions, dated 08 June 2022. Attachment 0005 ��GFP Attachment, dated 19 May 2022. Attachment 0006 � Quality assurance Surveillance Plan, dated 10 June 2022. Past Performance Questionnaire, dated 24 June 2022. The Solicitation Attachment listed below is considered Controlled Unclassified Information (CUI) and is available to interested parties by request via email to ACC-APG. For access to this document,�please send an email�with your company's CAGE code to both the secondary and primary point of contact shown further below, and ACC-APG will create a DoD SAFE Drop-Off link to be sent within 48 Business Hours of the request: Attmt 0003 ��DD Form 254, dated 08�June 2022. If you choose to submit a proposal, it shall be submitted via DoD SAFE, following instructions in Section L of the RFP, to both of the Government Points of Contact (POC): Mr. Thomas J. Lueddeke Contract Specialist E-mail: thomas.j.lueddeke.civ@army.mil and Mr. Larry Holton Team Lead Contracting Officer E-mail: lawrence.j.holton.civ@army.mil � Proposal submission shall be no later than (NLT) 5:00 PM Eastern Time on 25 July 2022 via DoD SAFE. Offerors are required to represent their size and socioeconomic status in writing at the time of initial offer. Email submissions are acceptable if the DoD SAFE site is unavailable. The size per e-mail shall not exceed 9MB. If necessary, Offerors may submit multiple emails.� If a complete proposal is not submitted by this closing time, the Offeror�s proposal will not be considered for award. If the Offeror does not receive confirmation of receipt, it is the responsibility of the Offeror to contact the POCs identified above to confirm their proposal has been received. Confirmation of receipt does not equate to confirmation of contents of the proposal. All inquiries shall be submitted via email to both of the POCs identified above NLT 5:00 PM Eastern Time on 11 July 2022. It is preferred that only one (1) set of questions be submitted by each Offeror instead of submitting multiple sets of questions. Questions received after the date and time may not be answered prior to the closing date/time for receipt of submissions. If an Offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offeror shall notify the Government POCs during the question period in writing with supporting rationale, as well as the remedies the Offeror is asking the Government to consider as related to the omission or error. All communications concerning this opportunity shall be conducted in writing only and directed to the Government points of contacts identified in this posting. Offerors shall not contact any Government personnel other than the persons identified concerning this opportunity. Contacting any Government personnel other than the individuals identified may result in an organizational conflict of interest (OCI) and may result in an Offeror being excluded from competition and award. The closing date for this solicitation is Monday, 25 July�2022 at 5:00PM EST
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b58ab5f84495425e8baeb86784be3517/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06403484-F 20220729/220727230114 (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.