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