Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOURCES SOUGHT

D -- DoD DMZ Engineering Support

Notice Date
8/5/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
RFICBest
 
Archive Date
8/28/2009
 
Point of Contact
Lindsey J Mitchell, Phone: 6182299625
 
E-Mail Address
lindsey.mitchell@disa.mil
(lindsey.mitchell@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for Defense Information Systems Agency (DISA) DoD DMZ Engineering Support to PEO-MA Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE: The Defense Information Systems Agency (DISA), Program Executive Office - Mission Assurance/NetOps (PEO-MA), is conducting this Sources Sought Notice as market research to determine sources with competencies to promote information assurance by supporting the DoD Intranet Demilitarized Zone (DMZ) program. The DMZ program protects DoD's SIPRNet and NIPRNet boundaries by establishing an exclusive set of high-speed, secure and high-availability connections between the networks and applications of the DoD and all external networks, applications and users. The DoD DMZs implement a defense in depth structure within the DoD's classified and unclassified network infrastructures. The DoD DMZ's secure the SIPRNet and NIPRNet against intruders, malicious code, insider threats and data spills. The DoD DMZ project, acting through and with the cooperation of appropriate DISA organizations (GS, GE, GO, FSO, CS), designs and plans for integration, procures, installs, operates, maintains and refreshes the DoD DMZ infrastructure on an ongoing basis. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT NOTICE OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS SOURCES SOUGHT NOTICE. This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this Sources Sought Notice marked Proprietary will be handled accordingly. Responses to the Sources Sought Notice will not be returned. Whatever information is provided in response to this Sources Sought Notice will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for DMZ Support contracts. In accordance with FAR 15.201(e), responses to this Sources Sought Notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought Notice is a request for interested parties to describe their technical capabilities and demonstrated experience with support for DMZs. All interested contractors are requested to provide written response to the questions below. A response to this Sources Sought Notice is necessary to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. TARGET AUDIENCE: In particular, only small businesses are requested to respond to this Sources Sought Notice to assist DISA in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541712. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether there are qualified and capable small businesses to provide the aforementioned service. Small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Please note that personnel with current DoD Secret clearances (minimum) and specified personnel with current DoD Top Secret clearance will be required at contract award. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541712 are requested to submit a response to the Contracting Officer within 7 calendar days of issuance of this Sources Sought Notice. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type, scope, and complexity) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS) and any other government contract vehicle. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Interested vendors are requested to submit a maximum 15 page statement of their knowledge and capabilities to perform the following: a) Describe your experience managing the technical and functional activities associated with complex perimeter protection and DMZ system development and deployment. The experience should include, but not be limited to: staffing which possess, at a minimum, a current DoD Secret clearance and specified personnel with current DoD Top Secret clearance; and maintaining a contract workforce of at least 20 FTEs with a possible surge to 30 to accommodate new requirements for short term tasks. What is the timeframe it would take to get those resources in place with the required skill sets? b) Describe your experience in providing the Government with management and technical support for research and analysis of current and emerging design concepts and technologies in perimeter protection and DMZs used to generate an engineering blueprint for integrating standards-based perimeter protection and DMZ solutions into existing DoD networks, develop and test prototypes, and develop reference implementation guides and engineering plans. This should include experience in analyzing commercial products, market trends, testing perimeter protection capabilities for use within the DoD. The resulting engineering plans will be the DMZ framework for the entire DoD community. c) Describe your experience with implementing and supporting systems incorporating perimeter protection and DMZ capabilities including routers, switches, firewalls, intrusion detection/protection systems, e-mail security gateways, web proxies (with content filtering), Windows Active Directory (for user authentication), and Red Hat Enterprise Linux (for DNS support) in a complex geographically distributed and redundant configuration. d) Describe your experience with the DISA's Certification and Accreditation (C&A) process, to include an ability to successfully execute the DoD Information Assurance Certification and Accreditation Process (DIACAP) by providing examples of successfully fielded system deployments. e) Describe your experience and ability to provide Operations and Maintenance Engineering Support to deployed DMZ or DMZ-like perimeter protection systems. Support shall include testing (including test plan and report development), implementing (including implementation and operational assessment plans), and assessing impacts of software/hardware patches and upgrades (Information Assurance Vulnerability Assessment (IAVA) releases), preparing Engineering Change Proposals (ECP), Software Change Proposals (SCP), analyzing Trouble Reports (TR)), maintaining replicated lab solutions, and executing Configuration Management processes. Contractor should demonstrate Tier 3 technical and engineering support for operational issues. f) Describe your experience in establishing repeatable processes and providing online resources to support DoD users with the standards, technologies, and guides for implementing perimeter protection and DMZ solutions and the integration of local solutions with enterprise capabilities. Responses: Responses to this Sources Sought Notice are to be submitted by e-mail to PEO_IANACQUISITION@disa.mil and RECEIVED NLT Thursday, 13 August 2009, at 5:00 PM Eastern Daylight Time (EDT). The response should not exceed a 5 MB mail limit for all items associated with the Sources Sought Notice response. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing Sources Sought Notice responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Program Manager: Clifton Best Phone: 703-882-1657 E-Mail: Clifton.Best@disa.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/RFICBest/listing.html)
 
Record
SN01900174-W 20090807/090806000925-551c4baaf90c9f083e4524298d09be5e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.