Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
SOURCES SOUGHT

D -- DoD Information Assurance (IA) Ports, Protocols, and Services (PPS) Management Program

Notice Date
4/9/2007
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-07-RFI-9655
 
Response Due
4/23/2007
 
Archive Date
6/22/2007
 
Small Business Set-Aside
N/A
 
Description
The United States Army Medical Research Acquisition Activity (USAMRAA), on behalf of the Tricare Management Activity, is seeking information for the purpose of obtaining market research only. This is NOT A NOTICE OF SOLICITATION; but rather, a Reques t for Information (RFI) from industry that will allow the Government to identify interested sources capable of meeting the described requirement, and develop an acquisition strategy. The information sought herein is for planning purposes only and shall not be construed as a Request for Quote (RFQ), Request for Proposal (RFP), Invitation for Bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED UNDER THIS SYN OPSIS OR UNDER THIS SOLICITATION/ANNOUNCEMENT NUMBER. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Responses to this notice are not offers; will not b e accepted by the Government to form a binding contract; and will not be returned. All information that is marked proprietary and received in response to this RFI, will be handled accordingly. This Notice shall not be construed as a commitment by the Gove rnment to issue a solicitation or ultimately award a contract. Should a requirement arise, the full description will be detailed in the resulting solicitation. Questions concerning the requirements for a future solicitation will not be entertained. The Tri-Service Infrastructure Management Program Office (TIMPO) delivers and manages a secure, robust, and standards-based information infrastructure to support standard Automated Information Systems (AIS) deployed throughout the Military Health System (M HS). TIMPO is seeking to identify sources capable of supporting a newly established Information Assurance (IA) Ports, Protocol, and Services (PPS) Management Program. The PPS Management Program will facilitate the migration of MHS AIS as they are migrated into the MHS Demilitarized Zone (DMZ) as well as other specified IA tasks (i.e., vulnerability assessments and mitigations, provide subject matter expert PPS recommendations). A working knowledge of Department of Defense (DoD) Assurance Designation Boundar ies and the Category Assignment List (CAL) to apply appropriate security models to AIS, as well as an understanding of DoD baseline security controls is required. The contractor must accurately identify PPS vulnerabilities, associated risks, and provide te chnical recommendations for resolution; and recommend architecture changes and/or infrastructure solutions to mitigate low assurance traffic in accordance with the CAL and the DoD Secure Technical Implementation Guides. This effort includes a requirement t o convert current site master PPS documentation format into the DoD Joint Task Force  Global Network Operations (JTF-GNO) format. The contractor will draft and maintain site master PPS documents for systems migrating into the MHS Demilitarized Zone (DMZ). Submission Requirements: Responses are due by 4:00 PM Eastern Time on 23 April 2007. Interested firms may submit capability statements via e-mail, with Response to PPS RFI included in the subject line, to Mr. Chris Sherman at chris.sherman2@us.army.mil. Responses shall not exceed 10 pages when printed and should be transmitted with attac hments in Microsoft Word or PDF format. Maximum allowed electronic file size is 4 megabytes. Capability Packages must include the following: (1) Capability Statement demonstrating knowledge and ability to perform services; (2) Relevant Past Performance information  demonstrating ability to provide ALL capabilities noted; (3) List of customers (bo th government and private) for which you have performed similar services within the last five years. Include contract numbers, and points of contact; (4) Business status: e.g., Small, Disadvantaged, 8(a), Women-owned, Veteran owned, Large; (5) List of current GSA contracts relevant to this requirement, with contract numbers; and (6) Contact information  name, title, telephone number, and e-mail address of designated corporate point of contact for this RFI. All valid e-mail responses must include the return e-mail address, company name, mailing address, telephone number, facsimile number, and a point of contact. Technical questions relating to this requirement should be directed to: Mr. Lawrence Williams at 703-681-6123 or by Email at Lawrence.Williams@tma.osd.mil. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government.
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN01269471-W 20070411/070409221732 (fbodaily.com)
 
Source
FedBizOpps 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.