Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2023 SAM #7901
SOURCES SOUGHT

R -- AFLMC Defense Cyber Operation (HNCD) System Integrator

Notice Date
7/14/2023 11:22:35 AM
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
FA8307 AFLCMC HNCK C3IN SAN ANTONIO TX 78243-7007 USA
 
ZIP Code
78243-7007
 
Solicitation Number
FA830723_System_Integrator_RFI
 
Response Due
7/28/2023 10:00:00 AM
 
Archive Date
08/12/2023
 
Point of Contact
Ethan Hardin, Phone: 2108755166, Shakina Thomas, Phone: 2108497769
 
E-Mail Address
Ethan.hardin@us.af.mil, shakina.thomas.3@us.af.mil
(Ethan.hardin@us.af.mil, shakina.thomas.3@us.af.mil)
 
Description
THIS SOURCES SOUGHT SYNOPSIS IS NOT A SOLICITATION FOR PROPOSALS OR BIDS, AND NO CONTRACT WILL BE AWARDED AS A RESULT OF THIS ANNOUNCEMENT. The Defensive Cybersecurity Branch (HNCD) is seeking information on contractors interested in and capable of supporting its requirements for System Integrator Services for the Integrated Defensive Cyberspace System (IDCS), a new ACAT I equivalent program using the Software Acquisition Pathway. The end goal of IDCS is to evolve the current Weapon Systems and transition into a singular, integrated Defensive Cyber Operation architecture capable of supporting all USAF Defensive Cyber Forces. IDCS will demonstrate a fully integrated ability to protect, detect, respond, and deter threats while enabling an enterprise-level approach to cyberspace defense. The basis of IDCS will be a tiered common hardware + software sensor platform available in a number of packages, such as a fixed server rack or mobile small form factor, with separated control and data planes built on a container and Kubernetes (k8)�s native architecture. Sensors will perform data collection, processing, and aggregation at the edge with command and control (C2) occurring within a cloud platform featuring an authoritative repo used for kit deployments and managers for all software tools resident on the kits which enables Cybersecurity Service Provider (CSSP) Security Operations Center (SOC) activities to occur for the enterprise. Collected data will be transported from the kits and through cloud platform into the Enterprise Logging Ingest & Cyber SA Refinery (ELICSAR) for additional fusion, enrichment, and analysis. 1. In support of the execution of the IDCS program the Government is interested in awarding a System Integrator Services contract with the following scope: Manage the Application Programming Interfaces (APIs) defining the boundaries between components of the IDCS and defining the scope of development teams. Support the adoption and application of software development and management processes leading to Continuous Delivery of operational capabilities. Support the creation of initial operator training for IDCS. Support digital engineering tools and processes as primary tool for integration between IDCS and other systems. Support the Government program office in the creation and evolution of software acquisition pathway artifacts to include User Agreement and Value Assessment Support the Government program office with products communicating status and progress toward IDCS fielding. 2. Response Information: The Government requests interested parties submit the following in response to this Request for Information: Brief description of company business size (i.e., annual revenues and employee size), business status (i.e., 8(a), HUBZone, or SDVOSB, Women Owned Small Business, or small business), NAICS code for this requirement, Cage Code, Facility Clearance Level, and any anticipated teaming arrangements. Capabilities relevant to meeting the objectives listed in Section 2.� Examples of relevant experience may come from DoD or commercial environments. List of available contracts/vehicles that can be used for this work. Suggestions for steps the Government can take to make this contract successful in regards for working with other IDCS contractors. Suggestions for best approach to align contract incentives to the interests and priorities of the Government, including opinions on performance objectives related to Award Fee or Incentive Fee contract types. Suggested ideal team size and skill sets for this effort.� Other suggestions for the Government to consider relevant to this anticipated future acquisition This effort has an anticipated period of performance of 2 to 3 years (Base Year and one or two option years) with projected award date of first quarter fiscal 2024. Please refer to the Attached RFI for additional information and submission requirements.� Request for Information (RFI) is in accordance with the Federal Acquisition Regulation (FAR) clause 52.215-3 (Request for Information or Solicitation for Planning Purposes � Oct 1997) and is published only to obtain information for use by the Air Force Life Cycle Management Center (AFLCMC), Defense Cyber Operations (HNCD), Joint Base San Antonio - Lackland, Texas, for planning purposes only. The determination of a procurement strategy based upon the information submitted is solely within the discretion of the Government. Submittals will not be returned to the sender. Respondents to this RFI may be requested to provide additional information/details based on their initial submittals. RFI does not constitute an invitation for Bids, Request for Proposal (RFP), Solicitation, Request for Quote (RFQ) or an indication that the Government will contract for the services provided by submitter. The Government will not reimburse respondents for any costs associated with the preparation or submission of the information requested. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer should a solicitation be released. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90b264cd585449bf8f3b51e797b2d950/view)
 
Place of Performance
Address: San Antonio, TX 78253, USA
Zip Code: 78253
Country: USA
 
Record
SN06749924-F 20230716/230714230045 (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.