Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2002 FBO #0292
MODIFICATION

R -- R - ASIM/CIDDS

Notice Date
9/18/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, HQ AIA, HQ AIA/LGCK 251 Kirknewton, Bldg 2088, San Antonio, TX, 78243-7034
 
ZIP Code
78243-7034
 
Solicitation Number
F41621-02-R-0011
 
Response Due
10/9/2002
 
Point of Contact
Amy Mortag, Contract Specialist, Phone (210)977-2821 x9024, Fax (210)977-2980,
 
E-Mail Address
amy.mortag@lackland.af.mil
 
Description
THIS IS AMENDMENT 01 TO THE ASIM/CIDDS SYNOPSIS. THE DRAFT RFP WITH ATTACHMENTS (STATEMENT OF OBJECTIVES, CONTRACT DATA REQUIREMENTS LIST, DD FORM 254 CONTRACT SECURITY CLASSIFICATION SPECIFICATION, TABLE - LABOR CATEGORIES AND PRICES, AND PAST PERFORMANCE QUESTIONNAIRE) WILL BE POSTED TODAY, 18 SEP 02. PROSPECTIVE OFFERORS HAVE UNTIL 9 OCT 02 TO SUBMIT QUESTIONS AND/OR COMMENTS BY E-MAIL OR FAX (210-977-4268) TO THE CONTRACT SPECIALIST, MS ABBE GUERRA, abbe.guerra@lackland.af.mil. The Government has requirements for support to AIA/IOTT as it executes a program known as the Automated Security Incident Measurement (ASIM) System and the Common Intrusion Detection Director System (CIDDS). The primary goal of this contract is to sustain/maintain ASIM/CIDDS/VPN and Computer Security Assistance Program (CSAP) Database Systems (CDS) to support the Air Force Computer Emergency Response Team (AFCERT); Air Force Information Warfare Center (AFIWC)/Directorate of Information Operations Technology (IOT) Development Teams, Network Operations and Security Centers (NOSCs), and Network Control Centers (NCCs); Air Force, Joint Task Force (JTF)-Computer Network Operations (CNO), Department of Defense (DoD); AFOSI, and other government Computer Network Defense (CND) agencies/decision makers. The required support includes but is not limited to: Non-personal services to provide: maintenance and sustainment of the ASIM/CIDDS systems to include training, enhancements, installation, software maintenance, system administration, and 24/7 support. To work these task areas, specialized expertise is required and expected. The contractor shall be required to interact and work with various groups and be part of integrated product development teams. Contractors shall positively contribute to an integrated working environment. Contractors shall share information freely and openly with members who are working to develop or deploy components of the projects outlined in the tasks below (i.e., CND System), without regard to contractor affiliation. The contractor shall provide qualified personnel to perform in the task areas. Minimal skills required to complete work on individual task orders may include, but are not limited to the following: (1) Personnel knowledgeable in Oracle, SQL, Object oriented design and programming with Java, Enterprise Java Beans, Java 2 Enterprise Edition, Java Servlets, Java Server Pages, Common Object Request Broker Architecture (COBRA), Java Messaging Server, eXtensible Markup Language (XML), C, C++, Perl, Java security guidelines, and internet security; (2) personnel familiar with UNIX and NT systems administration, network Transmission Control Protocol/Internet Protocol (TCP/IP), router configuration, Ethernet, Solaris operating systems; and (3) personnel capable of providing system support, system administration and troubleshooting, system monitoring and analysis, technical writing, and training expertise. Personnel performing this effort must be eligible for at least a Secret and possibility of a Top Secret/Special Compartmented Information (TS/SCI) security clearance. Period of performance will be 3 years with 1 basic year and 2 option years. Basic Source Selection procedures are planned for this acquisition. Three types of pricing arrangements are planned; Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), and Time and Materials (T&M). The Government plans to proceed with an Indefinite Delivery/Indefinite Quantity Contract consisting of a minimum and maximum dollar threshold. The Government will post the Statement of Objectives (SOO) and DRAFT RFP into the FEDBIZOPS in order to allow all prospective offerors with an opportunity to evaluate the requirements. The DRAFT RFP will consist of the following: SOO, CDRLs, DD254, Cost Models for FFP, CPFF, T&M, Past Performance Questionnaire, Section L, and Section M. All prospective offerors will be given until 26 Jul 02 to submit questions and comments. Only written (facsimile or email) requests will be accepted. See Note 26. Point of Contact Amy Mortag, Contracting Officer, Phone 210-977-5563 or Abbe Guerra, Contract Specialist, Phone 210-977-2862 x9030, fax 210-977-4268, email HYPERLINK mailto:amy.mortag@lackland.af.mil amy.mortag@lackland.af.mil or HYPERLINK mailto:abbe.guerra@lackland.af.mil abbe.guerra@lackland.af.mil REFERENCE: The SOO will be placed under solicitation F41621-02-R-0011 in FEDBIZOPS.
 
Place of Performance
Address: Primary work shall be performed the Air Intelligence Agency, 102 Hall Blvd, Bldg 2000, Lackland AFB TX 78243.
Zip Code: 78243
Country: USA
 
Record
SN00170072-W 20020920/020918213403 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.