Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5,1998 PSA#2026

HQ ESC Directorate of Intelligence and Information Warfare Systems Contracting Division (ESC/IYK), 50 Griffiss St., Hanscom AFB, MA 01731-1625

D -- INFORMATION WARFARE VULNERABILITY ASSESSMENT/RISK MANAGEMENT TOOL POC Ms. Ann Marie Espinola, Contract Specialist, 781-271-4820; Ms. Kathleen Munroe, Contracting Officer, 781-271-3989 WEB: ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC, espinolaa@hanscom.af.mil. SOURCES SOUGHT SYNOPSIS TO ACQUIRE GOVERNMENT AUTOMATED INFORMATION SYSTEMS (AIS) SECURITY ASSESSMENT PRODUCTS AND SUSTAINMENT SERVICES. ESC/IYW is seeking sources to develop and sustain an integrated commercial product as defined at FAR Part 2 security assessment product for managing IW attack risks to government information systems. All inquiries shall be directed to Ms. Ann Marie Espinola. The contracting officer is Ms. Kathleen A. Munroe. Titled the Information Warfare (IW) Vulnerability Assessment / Risk Management (VARM) Program; developed IW assessment product solutions and services must provide weapon system and information system developers (Air Force System Program Offices) as well as operational users capability to individually manage their own IW risks, and also support aggregation of individual results into an overall Air Force-wide view of community IW risks and recommendations. Sustaining the VARM product will require a distribution and user support system to ensure that all users receive the latest release of the tool set and associated threat, vulnerability, and countermeasure data along with assistance (help-desk) in using it. The frequent appearance of new technology, new threats, and new program directions will require regular if not frequent updates to the data bases. Some or all of this data will be classified. The potential commercial product as defined in FAR Part 2 product(s) closest to meeting our requirements should include one or more of the following characteristics: (1) ease of use for other than Information Technology practitioners, (2) broadly applicable to a wide variety of information assets, (3) provide provisions for ranking assets based on their contribution to user-identified mission objectives and tasks, (4) develop IW risk measures based on both asset vulnerability and projected threat information, and (5) optimize countermeasure recommendations based on implementation cost versus risk reduction. Potential services closest to meeting our requirements should include one or more of the following characteristics: provide a secure and reliable means to generate and distribute the software and data to all users; (2) include a means for users to obtain technical support and problem resolution; and (3) allow for eventual combination of commercial and government-provided data on threats, vulnerabilities and countermeasures. The Government requests interested offerors submit a statement of their qualifications to ESC/IYK, 50 Griffiss Street, MITRE "K" Bldg, Hanscom AFB, MA 01731-1619, ATTN: Ms Ann Marie Espinola. Sources should indicate their interest in supporting this effort, briefly identify their experience, and indicate a plan for how they could meet or with minimal development modify existing products, meet our requirements. Sources should also respond by indicating their ability to meet the following screening criteria: 1) Have staff personnel with a minimum of SECRET/NOFORN clearances and storage capability in accordance with the Industrial Security Manual by contract award; 2) Experience in designing and building information system security assessment software with currently available example(s) of commercial products as defined at FAR Part 2 products which support this area; 3) Specific knowledge and understanding of Information Warfare as it applies to government unique systems; and 4) Understanding of database (threat, vulnerability, countermeasure) issues as they apply to government sources. The specific understanding of this requirement will be demonstrated by submission of a white paper (not to exceed ten pages) along with any commercial brochures which may specifically describe currently applicable commercial products as defined at FAR Part 12. Interested offerors who respond with their intention to be a prime contractor will be evaluated against the screening criteria. Those not meeting the screening criteria will be invited to discuss with the Government their ability to meet the requirements as prime contractor. In accordance with FAR 6.302-6, foreign participationon this contract as prime contractor is not authorized. Responses must be received no later than 20Feb98, and should not exceed more than ten (10) one-sided pages, including attachments. This synopsis is for planning purposes and market research only, and does not constitute an IFB or a Request for Proposal (RFP), nor does its issuance restrict the Government as to the ultimate acquisition approach. The information you provide will be evaluated to identify qualified potential offerors. The Government does not intend to award a contract on the basis of this notice, or to otherwise pay for any information solicited. (0034)

Loren Data Corp. http://www.ld.com (SYN# 0038 19980205\D-0008.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page