Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOURCES SOUGHT

A -- Cyber Warfare Support

Notice Date
2/24/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center San Diego, 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-Pacific_MKTSVY_6F32A
 
Response Due
3/10/2009
 
Archive Date
3/25/2009
 
Point of Contact
Point of Contact - Curtis F Allen, Contract Specialist, 619-553-6334<br />
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATIONCYBER WARFARE SUPPORT This is a Request for Information (RFI) only. The Space and Naval Warfare Systems Center, Pacific (SSC PAC) is seeking comments on a draft Statement of Work (SOW) for Cyber Warfare Support. The purpose of the request is discussed in Section 2.0 below. SSC PAC is contemplating a single acquisition, with multiple awards, that will support all departments across SSC PAC in developing capabilities to support Cyber Warfare. 1.0 BACKGROUND Increasingly, SSC PAC, Department of Defense (DoD), and other government customers require advice, assistance, coordination and products to support the operational planning and execution and technology development required to assure superiority for the warfighter in the Cyberspace domain. Cyber Warfare is warfare in the Cyberspace domain, which is defined by the Secretary of Defense (SECDEF) as "a global domain within the information environment consisting of the interdependent network of information technology infrastructures, including the internet, telecommunications networks, computer systems and embedded processors and controllers." Cyber Warfare would encompass Computer Network Operations (e.g. Attack, Defend and Exploit) and Information Assurance and the Command, Control, Communications, Intelligence, Surveillance and Reconnaissance (C4ISR) and Information Operations (IO) functions that operate in the Cyberspace domain. This includes Computer Network Operations (CNO) against automated systems, and the interaction between the physical and biological network that define human- machine interaction. The work to be conducted under this proposed acquisition will support SSC PAC in forming capabilities and providing technical services for the Navy, DoD and other government agencies to support technical and operational activities in the Cyberspace domain. The services to be procured include research, investigation, engineering, development, integration, test and evaluation of emerging technologies, sensors and systems with potential for applicability in the areas of air, ground, and shipboard C4ISR and IO system technologies. Further detail of the proposed acquisitions scope and technical requirements is provided in the attached draft SOW. It is expected that the SOW will be modified as a result of comments from this request. 2.0 DESCRIPTION OF THIS RFI The purpose of this RFI is to identify potential areas where SSC PAC can improve the scope and technical requirements of a proposed acquisition. Unlike a typical RFI, the Government is not seeking information on capabilities of separate organizations. At this stage in acquisition planning, comments on how we can better articulate or improve requirements would be better received than a description of an individual firms capabilities. Our goal with this RFI is to assure requirements would support SSC PACs superiority in Cyber Warfare. Your response in the form of comments on the SOW will assist us in meeting this goal. Information collected from this process may be used by the Contracting Officer and Technical Representatives in shaping the acquisition requirements. Distribution of information collected will be limited to Government employees only. 3.0 ACQUISITION INFORMATION The information in this section reflects our current planning and is subject to change. The anticipated acquisition will include multiple indefinite-delivery indefinite- quantity (IDIQ) contracts with cost-plus- fixed-fee (CPFF) pricing. It is estimated that the period of performance will include a two-year base period and three one-year award term incentive periods. The estimated level of effort is 400,000 hours per year. This requirement will be fulfilled via full and open competition with incentives for small business participation at the prime and/or subcontract level. The expected date of award is between 1 October 2009 and 31 Dec 2009. 4.0 REQUIREMENTS NOT INCLUDED IN SOW Responses to this RFI should be limited to comments regarding the SOW. However, the information in this section, which is not in the SOW, is provided to help in preparing comments on the SOW. 4.1 Place of Performance The primary place of performance for this effort will be SSC PAC. Additionally, efforts supporting this contract may be required at: All Government and Government leased facilities in the National Capital Region At the Combatant Commands and their Service and Supporting Elements (CONUS & OCONUS): PACOM USFK STRATCOM CENTCOM SOCOM SOUTHCOM EUCOM NORTHCOM Service Laboratories DOE Laboratories and Facilities Other facilities as specified by the Governments. Anticipated percentage of work to be performed at SSC PAC is 70% of total contract effort. 4.2 Travel and Other Direct Costs The solicitation will provide information on our estimated Other Direct Costs (ODC) and instructions on how to propose these costs. 4.3 Reports, Data and Deliverables The solicitation will provide a DD Form 1423 to identify anticipated data deliverables, such as: 4.3.1 Technical Reports and Reviews The Contractor shall prepare and submit technical reports and reviews covering all work accomplished and information gleaned in the performance of work defined herein. These reports shall include, but are not limited to, pertinent scientific/technical observations, significant results, description of the methods used, nature of any problems encountered and recommendations. Additional content requirements will be specified in the individual task order statements of work. Distribution of review reports and attendance at contract reviews will be specified in individual task order statements of work. 4.3.2 Monthly Status Reports The Contractor shall submit a brief status report describing accomplishments during the reporting period and plans for the next reporting period. These reports shall include a summary of the status of contract task orders including estimates to complete, updated milestone schedules and a discussion of encountered and anticipated problem areas. 4.3.3 Monthly Cost Summary Reports The Contractor shall submit a cost summary report on a monthly basis showing the initial funding level of each task order, expenditures to date, expenditures during the preceding period as well as projected expenditures. 4.3.4 Technical Discussions The Contractor will conduct, as required, technical discussions and meetings to facilitate the exchange of technical information among parties authorized by the Government. 4.3.5 Hardware and Software The Contractor shall deliver hardware and software, in many cases, directly to the user field activities; associated warranties shall be transferred to the appropriate user. 4.4 Government Furnished Equipment/Information The Government will provide access to SECRET spaces, systems and information necessary to execute the tasking under this contract. The Government will provide hardware and software and information to support the tasking as required. 5.0 SECURITY The solicitation will include a DD Form 254 to specify security requirements. It is anticipated that the classification will vary from unclassified to SECRET. The level of security and security requirements will be specified in each task order. Classification will vary from unclassified to SECRET classification. The contractor's employees may be required, should a particular task order require it, to have a SECRET Special Access Program (SAP) clearance as indicated in the Contract Security Classification Specification, DD Form 254, to be incorporated into the proposed contract. The cognizant Director of Industrial Security, Defense Investigative Services will administer all elements of military security required under the contract. 6.0 INSTRUCTIONS FOR SUBMISSION OF RESPONSES Responders may comment on as many elements that would clarify or improve the requirements documented in the SOW. However, responses from an organization should be limited to a reasonable length, no more than 10 pages (not including a cover sheet). A cover sheet shall include the name and address of the company submitting the response and a point of contacts name, title and contact information. All responses are due by 4:00 P.M. local time on 10 March 2009 and should be submitted electronically via https://e-commerce.spawar.navy.mil. First time users of this site are encouraged to access the link titled Read Me First!, and then register through the link titled Submitting a Proposal? The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. This is not a request for proposals and a solicitation is not available at this time. It is not the intent of the Government to reimburse vendors for the cost of submitting information in response to this RFI. Responders are responsible for all expenses associated with responding to this RFI. The Government DOES NOT intend to award a contract on the basis of this announcement. The government will not recognize any costs associated with submission of information by interested parties. All submissions become Government property. Please direct any questions to Mr. Curtis F. Allen; SSC PAC, Contract Specialist. E-mail your questions to: curtis.allen1@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1a3ce87a207a8f13dba753bd041f709f&tab=core&_cview=1)
 
Record
SN01755722-W 20090226/090224220548-1a3ce87a207a8f13dba753bd041f709f (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.