Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOURCES SOUGHT

K -- UTN Protection Policy Support Services

Notice Date
7/12/2007
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_4902E
 
Response Due
7/18/2007
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN) Charleston Code 724 is responsible for providing Information Security (INFOSEC), which includes engineering support services for Network Security Systems (NSS), including the Unclassified Trusted Network Protection Policy and network security systems located at UARNOC, ECRNOC, IORNOC, and Remote Operation Centers (ROC) that provide Classified and Unclassified connectivity to the Defense Information System Network (DISN). SPAWARSYSCEN Charleston Code 724 is soliciting information from potential sources for Information Assurance (IA) related tasks that support Enterprise Knowledge and Awareness of Navy and Department of Defense policies, procedures, and directives. Relative tasks will include: policy development; risk assessment; product evaluation and recommendation; legacy application support, firewall support, and IA technical consulting services. A DRAFT Statement of Work (SOW) is included as Attachment (1). As part of the requirements for successful performance of this effort, the following is a list of capabilities that must be available without additional training prior to beginning of the contract: -Complete familiarity with the Unclassified Trusted Network Protection Policy (UTNPP), including sections 4.2 (baseline settings), 4.3 (temporary exceptions), and section 6 (VPN policy) -Understanding of UTNPP exception process for system ports, protocols, and services that are not compliant with the baseline settings with past experience in processing UTNPP exceptions required - Familiarity with the DOD Ports, Protocols, and Services (PPS) Assurance Category Assignments List (CAL), including associated Vulnerability Reports - Understanding of the 16 network boundaries detailed in the DOD PPS CAL as well as applicable policy requirements at each boundary. Additional knowledge of interconnection between the UTNPP and the DOD PPS CAL - Knowledge of the NAVMED network architecture, how the 16 DoD network boundaries apply to the NAVMED and MHS architectures, as well as understanding of migration efforts to being NAVMED into a single Enterprise network - Experience with Navy and Navy Medicine Cyber Condition Zebra efforts - Experience in drafting Information Assurance Navy/Navy Medicine Policy, white papers, or SOPS - Familiarity with organizational structure and relationships between OPNAV, NETWARCOM, NCDOC, PEO C4I, and SSC Charleston - Knowledge of the DoD NCES architecture initiative, and how it applies to NAVMED web and portal services - Understanding of Policy, STIGS and other DOD, Navy, and NAVMED documents related to Network/boundary protection - Knowledge of NAVMED Programs of Record, their SSAA status, network architecture and boundary requirements, as well as Joint MHS applications and their boundary requirements - Understanding of NAVMED FY???07 and ???08 IA and NOC initiatives, and how they fit into the multi-year centralization and compliance effort THIS NOTICE IS FOR PLANNING PURPOSES ONLY. It is anticipated that a Solicitation (estimated amount $11.25 million for a base year plus four option years) will be issued for an Indefinite Quantity/Indefinite Delivery, Time and Materials (T&M) contract. Specific assignment is to be identified through individual Task/Delivery orders. Firms are invited to submit the appropriate documentation, literature and references necessary to establish the high level of proficiency required to support the stated requirement in the draft SOW. This documentation shall include: contract numbers, contract types, dollar value for each contract referenced, summary of work performed, as well as a customer point of contact, including phone number, for relevant work performed during the past five years that substantiates the ability to meet the requirements outlined in the Draft SOW. The data submitted shall be limited to no more that seven (7) pages and shall be prepared in a font size of at least 10 pitch. Responses shall be submitted IN WRITING via e-mail to SPAWARSYSCEN Charleston, Code 027DJ, Donna Johnson, at donna.johnson@navy.mil or via fax (843) 218-5963. Responses shall include the following information: (1) name and address of the Firm; (2) size of business: including number of employees and average annual revenue for the past three years; (3) ownership: indicating whether: Large or Small, Small Disadvantaged, 8(a), HUB Zone, Woman Owned, Minority Owned, Veteran Owned, Service-Disabled Veteran Owned Business, (4) number of years in business; (5) number of years of specialized experience in areas required by SOW (6) two points of contact, including: name, title, phone, and e-mail address; (7) DUNS number (if applicable); (8) affiliate information, including: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractor(s) (potential prime). There is no page limitation on submissions for Items (1) through (8). THIS ANNOUNCEMENT IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IN NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH THE PROVISION OF THE INFORMATION REQUESTED IN RESPONSE TO THIS ANNOUNCEMENT, NOR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET-ASIDE BASED ON THE RESPONSES HERETO. The NAICS applicable to this announcement is 541330 with an associated size standard of $25 Million. The Closing date for responses to this announcement is 15:00 EDT 18 Jul 2007.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=1EFFE60826F090E188257316003C7F3F&editflag=0)
 
Record
SN01341042-W 20070714/070712221922 (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.