SOURCES SOUGHT
99 -- Sources Sought Notice for LERG/CLONES data
- Notice Date
- 7/11/2024 12:55:50 PM
- Notice Type
- Sources Sought
- NAICS
- 517121
—
- Contracting Office
- CISA CONTRACTING ACTIVITY Washington DC 20528 USA
- ZIP Code
- 20528
- Solicitation Number
- PCIO-24-00007
- Response Due
- 7/18/2024 12:00:00 PM
- Archive Date
- 08/02/2024
- Point of Contact
- Heather Wastella, Patricia Smart
- E-Mail Address
-
heather.wastella@cisa.dhs.gov, patricia.smart@cisa.dhs.gov
(heather.wastella@cisa.dhs.gov, patricia.smart@cisa.dhs.gov)
- Description
- SOURCES SOUGHT NOTICE FOR DEPARTMENT OF HOMELAND SECURITY (DHS) CYBERSECURITY & INFRASTRUCTURE SECURITY AGENCY (CISA) LOCAL EXCHANGE ROUTING GUIDE (LERG) CENTRAL LOCATION ON-LINE ENTRY SYSTEM (CLONES) DATA INTRODUCTION CISA is issuing a Sources Sought Notice (SSN) as a means of conducting market research to identify potential qualified firms having an interest in, and the resources to support, the requirement for the CISA LERG/CLONES Data. This SSN is for planning purposes only and shall not be construed as an obligation on the part of the Government. This is NOT a Request for Quotations or Proposals. No solicitation document exists, and the Government may or may not issue a formal solicitation resulting from the responses received to this SSN. The Government will not pay for any response expenses. All costs incurred responding to this SSN will be solely at the interested party's expense. Failure to respond to this SSN will not preclude participation in any future solicitation. Any information received will become the property of the Government and will not be returned to the submitter. Interested parties are responsible for adequately marking proprietary or sensitive information. Government technical experts drawn from staff within CISA, and other federal agencies may review responses. The Government may use selected support contractor personnel to assist in the review of the SSN responses. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary information. PROGRAM BACKGROUND CISA�s mission is to lead the national effort to protect and enhance the resilience of the nation�s physical and cyber infrastructure.� CISA includes the Integrated Operations Division (IOD) which prepares, plans, and manages CISA operations and the delivery of CISA capabilities and services to support the defense and security of our nation�s infrastructure. REQUIRED CAPABILITIES The Contractor shall provide services in support of the areas specified in the Background section 2.0 as provided in the draft statement of work (SOW) attached to this announcement. It is imperative that businesses responding to this SSN articulate their capabilities clearly and adequately regarding each task area listed. Industry input is also requested on the attached draft SOW. Questions and/or feedback related to the draft SOW must be submitted as a separate document. ELIGIBILITY The applicable NAICS code for this requirement is 517121 � Telecommunications Resellers. The Product Service Code is D304 IT AND TELECOM- TELECOMMUNICATIONS AND TRANSMISSION. Note: In accordance with DHS Directive 060-01, Development and Use of Strategic Sourcing Contract Vehicles, dated August 24, 2012, strategic sourcing vehicles are mandatory for use, with limited exceptions.� Therefore, a strategically sourced contract vehicle will take priority over awarding a standalone CISA contract. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (up to ten (10)�8.5 x 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the services listed in this announcement. Cover pages, points of contact information, and other administrative pages are exclusive of the 10 pages. Responses to this SSN, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email�no later than Thursday, July 18, 2024, at 3:00 p.m. ET. All responses under this SSN must be emailed to: Heather Wastella, heather.wastella@cisa.dhs.gov If your organization has the potential capacity to provide the required services, provide the following information: Organization name, UEI, CAGE code, Business size (large or small) and socio-economic status (i.e., 8(a), Small Disadvantaged, HUBZone, Service-Disabled Veteran-Owned, Women-Owned Small Business, etc.), address, primary points of contact (POCs) and their email address, web site address, telephone number. Identify any strategic sourcing vehicles or federal supply schedules your company is included on. Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff ability. Include responses to the following questions: How are the LERG/CLONES data collected? Which telcom companies are the submitters for your LERG and CLONES data? How often are the LERG and CLONES data collected? Include the type of work your company performed within the last three (3) years in support of the same or similar requirements (similar in size, scope, and complexity). Provide examples that reflect your company�s capabilities in the task areas outlined in the draft SOW and specify whether support has been provided as a prime contractor or subcontractor. If significant subcontracting or teaming is anticipated; identify potential team members (if known) and describe the administrative and management structure of such arrangements. Furthermore, CISA�s preference is to procure services on a small business set-aside basis, to the extent possible, based on market research results. We encourage all small businesses, in all socioeconomic categories (including 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Notional Milestones: Sources Sought Notice: August 12, 2024 Finalize SOW and Acquisition Strategy: FY24 Q4 Release Solicitation/RFQ: FY24 Q4 Award: FY24 Q4 All data received in response to this SSN that is marked or designated as corporate of proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d2a7902a816847c88259c3207fbebdda/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07125861-F 20240713/240711230124 (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 |