Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
DOCUMENT

70 -- RFI DIACAP Support Services - DRAFT Statement of Work

Notice Date
2/13/2009
 
Notice Type
DRAFT Statement of Work
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-09-R-6006
 
Archive Date
3/7/2009
 
Point of Contact
Nathan M. Chenenko, Phone: 202-685-5960
 
E-Mail Address
nathan.chenenko@navy.mil
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION N00033-09-R-6006 PURPOSE: The purpose of publishing this notice is two-fold. First, it is a Request for Information (RFI) to conduct market research which will be used to formulate an acquisition strategy for Defense Information Assurance Certification and Accreditation process (DIACAP) found in DODI 8510.01 support services DIACAP support services are necessary to ensure Federal Information Security Management Act (FISMA) compliance of Military Sealift Command’s (MSC). Information Technology (IT) systems. Secondly, it is a sources-sought notice for small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541512, Professional, Scientific, and Technical Services - Computer Systems Design Services. Small businesses providing under NAICS codes 541513 and 641519 will also be taken into consideration. All small businesses, including Small Disadvantaged, HUBZone, Women-Owned and Service Disabled are strongly encouraged to provide timely responses to this RFI. A response to this RFI will assist MSC in determining the potential levels of interest, adequate competition, and technical capability within the small business community to provide the required services. Request small businesses respond and discuss your company's ability to perform and also satisfy the Limitations on Subcontracting clause (FAR 52.219-10). Please include your size and small business classification. Request your response include recent (within the past 5 years) and relevant experience (work similar in type and scope) to include project titles, dollar amounts. Please include any government contracts (GSA, GWACs) on which you are listed. Please specifically explain your experience with DIACAP policy and procedures. List any applicable DIACAP certifications you possess. Also include a statement in regards to your core competencies as a business. Although marketing brochures and generic company literature may contain pertinent information, these would not be sufficient for the Government to determine capability of the business to perform the scope of work required. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE: Security engineering businesses specializing in information assurance, specifically DIACAP compliance. Businesses should be extremely familiar with and possess experience in Department of Defense DIACAP regulations and Department of the Navy DIACAP regulations. Businesses with shipboard systems experience are also targeted. BACKGROUND: Responsive and cost effective IA measures must be employed throughout MSC to secure its boundaries and assure that IT systems are operated within an acceptable level of risk. The certification procedure to achieve this goal is the DIACAP process. It is anticipated that the annual manpower requirements for this effort could be approximately 56,500 hours per year. MARKET RESEARCH: The following questions are intended to help structure a potential future DIACAP support services acquisition that effectively leverages the commercial marketplace, delivering DIACAP support services in concert with industry best practices to meet unique MSC goals and objectives. The preliminary Statement of Work (SOW) (Attachment A) provides insight into the planned Performance Standards for a potential acquisition. Questions pertain to the full range of DIACAP support services, as applicable, including the following tasks: program management, DIACAP management, action as a liaison to IA project teams, DIACAP transitioning, and AFLOAT Shipboard Accreditation for MSC ships. 1. Are there any requirements within the SOW that are technically challenging? Are there any requirements within the SOW that are restrictive, thus hindering competition? If yes, please explain further and suggest alternative strategies that could mitigate the implications of these technical challenges. 2. Does the way the SOW is worded or the vastness of the coverage requirements pose particular challenges to a small business in terms of resources? Please describe. 3. This effort is currently under NAICS 541512. Would you recommend a different NAICS that would encourage wider competition? 4. What is a rough estimate for the time from award of contract to Initial Operating Capability (IOC)? What are the primary drivers of this timeframe? Which requirements or aspects in the SOW drive schedule? How can these be streamlined from an MSC perspective? Is the proposed Afloat Accreditation in task 4.5 attainable if awarded by 15 June 2009? 5. Can you offer any other insights or recommendations not articulated in this RFI that may help shape this potential acquisition? What are the benefits to MSC for your recommendations? RESPONSES: Request you send responses by email to Nathan.chenenko@navy.mil or postal mail (on two CDs) to Military Sealift Command, 914 Charles Morris CT S.E. ATTN: Nathan Chenenko, Bldg 157, N10 Washington Navy Yard, DC 20398-5540. Request your response by 26 Feb 2009. We request that responses be single-spaced, Times New Roman, 12 point font with 1-inch margins, and compatible with MS Office Word 2003. Submission of proprietary information and trade secrets is discouraged. However, if any proprietary information must be submitted, it must be clearly marked on the outside container and materials inside. POINT OF CONTACT Nathan Chenenko, Contract Specialist, Phone 202-685-5960, Fax 202-685-5965, Email Nathan.chenenko@navy.mil CONTRACTING OFFICE ADDRESS Military Sealift Command, Headquarters 914 Charles Morris Ct. SE Washington Navy Yard, DC, 20398-5540
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fad2a3b56d8912b7c42d4723abbfc7f5&tab=core&_cview=1)
 
Document(s)
DRAFT Statement of Work
 
File Name: DRAFT Statement of Work for N00033-09-R-6006. This document is a draft. This document is not finalized. (DIACAP Statement of Work 09-R-6006 FOR RFI 13 Feb 2009.doc)
Link: https://www.fbo.gov//utils/view?id=16a09bb6c1e9a0ff970898d0bf84c6fc
Bytes: 95.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01750932-W 20090215/090213220954-fad2a3b56d8912b7c42d4723abbfc7f5 (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.