Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
MODIFICATION

D -- Security Certificate & Accreditation Services for Information Systems - Responses to Questions

Notice Date
8/26/2009
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 75th CONS/PK, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
 
ZIP Code
84056-5805
 
Solicitation Number
FA8201-09-R-0088
 
Archive Date
10/3/2009
 
Point of Contact
James Jaramillo, Phone: 8017752374, Paul Coombs, Phone: 8017774299
 
E-Mail Address
james.jaramillo@hill.af.mil, paul.coombs@hill.af.mil
(james.jaramillo@hill.af.mil, paul.coombs@hill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This document provides government responses to interested offeror's questions. Synopsis for Security C&A for Information Systems 1. Action Code: 2. Date: 13 August 3. Year: 2009 4. Contracting Office Zip Code: 84056 5. Classification Code: 6. Contracting Office Address: OO-ALC/PKA, 6038 Aspen Avenue, Bldg 1289, Hill AFB, UT 84056 7. Subject: Security Certification and Accreditation of Federal Information Systems 8. Solicitation Number: FA8201-09-R-0088 (attached) 9. Closing Response Date: 18 September 2009 10. Contact Point or Contracting Officer: James Jaramillo 11. Contract Award and Solicitation Number: 12. Contract Award Dollar Amount: IDIQ-FFP Base one year + two one year options 13. Contract Line Item Number: 0001- FFP-12 month Full-Time Equivalent; 0002- FFP-System; 0003-Other Direct Costs (TBD); 0004-Cost Travel (TBD) 14. Contract Award Date: Estimated 15 October 2009 15. Contractor: 16. Description: The objective is to satisfy policy requirements of DIACAP IAW DoDI 8510.01, DoD Information Assurance Certification and Accreditation Process (DIACAP), and AFI 33-210, Air Force Certification and Accreditation (C&A) Program (AFCAP) to complete Information Technology Lean and Security, Interoperability, Supportability, Sustainability, and Usability (SISSU) checklist in the Enterprise Information Technology Data Repository (EITDR). EITDR provides an automated certification and accreditation workflow capability. Information Assurance (IA) will be implemented with IA controls as defined by DoDI 8500.2, Information Assurance (IA) Implementation and the DIACAP Knowledge Service, as well as specific IA control required by the Air Force. Air Force specific IA controls will be limited to those that only affect Air Force Information Systems (IS) and will be posted to the DIACAP Knowledge Service Portal. The proposed support will complement the existing military and civilian work forces for the security certification accreditation of information systems supporting the OO-ALC to achieve more secure information system by: enabling more consistent, comparable, and repeatable assessments of security controls in federal information systems; promoting a better understanding of agency-related mission risks resulting from the operation of information systems; and creating more complete, reliable, and trustworthy information for authorizing officials - to facilitate more informed security accreditation decisions. Security certification and accreditation are important activities that support a risk management process and are an integral part of OO-ALC's information security program. CLIN 0001 - (FFP) Program Management (full-time) will provide the oversight and coordination required to ensure all assigned information system progresses through the respective phases in the most efficient and effective manner possible. CLIN 0002 - (FFP) System Specific Management Equivalent will provide the oversight and coordination required to ensure specific information system progresses through the respective phases in the most efficient and effective manner possible. CLIN 0003 - (Cost) Other Direct Costs CLIN 0004 - Travel Quantity: CLIN 0001 - FFP is expected to have qty of two year one and no more than five at any time during the PoP. CLIN 0002 - FFP is anticipated to be 10-30 systems identified year one of various sizes and stages with additional systems identified as funding becomes available within the programs associated with each system. Unit of Issue: CLIN 0001 - one FTE and CLIN 0002 - one system Destination of Information: EITDR Delivery Schedule: Approx estimation is 12-18 months per information system Duration of Contract PoP: Base is one year (12 months) with three one year options. 17. Place of Contract Performance: Hill AFB, 75ABW/SC Directorate in support of OO-ALC organizations and tenants. 18. Set-Aside Status: 100% Small Business Set-Aside 19. Qualifying Factor(s): SECURITY REQUIREMENTS - The DoD Contract Security Classification Specification, DD Form 254, identifies the security clearance requirements and classified material handling requirements of this contract. Security Clearance shall be in accordance with AFI 31-501, Personnel Security Program Management, applicable to the Information Technology responsibility level outlined within DoD Instruction 8500.2-R, Mandatory Procedures for Major Defense Acquisition Programs (MDAPS) and Major Automated Information System (MAIS) Acquisition Programs. Technician and System and Network Administrators require a minimum of SECRET clearance. Information Assurance Technical (IAT) Certification shall be in accordance with DoD Directive 8570.01-M, Information Assurance Workforce Improvement Program. Qualifying Factor(s) shall include price, technical, and past performance. Technical proposal shall present a clear, concise description of how the Offeror plans to implement and manage the efforts described in the PWS, what resources will be used, and how the work will be performed. The Offeror must demonstrate proper planning, organizing, and reporting procedures to provide good quality control measures. The Offeror may cite directly applicable past or present performance where such experience clarifies discussion. Similarly, lessons learned from comparable present and past experience may be mentioned. The Technical Capability proposal shall consist of an executive summary; program management; and technical requirements. This is a simplified best value offer evaluation that permits a tradeoff between price and past performance in reaching the award decision, conducted in accordance with Federal Acquisition Regulation (FAR) 15.3, Department of Defense Federal Acquisition Regulation Supplement (DFARS) 215.3, Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315.101-1(a), MP 5315.305, and the Information Guide 5315.101-1, Performance Price Tradeoff (PPT). The Government will select responsible contractors who are deemed the best overall offerors, based upon an assessment of Price, Technical Capabilities, and Past Performance. The Contracting Officer (CO) has the discretion in awarding to higher performance over lower rated performers if the price differential is warranted and considered to be best value. All proposals will be evaluated in a three step process IAW IG 5315.101-1, paragraph 5.2, Approach #2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/FA8201-09-R-0088/listing.html)
 
Place of Performance
Address: Hill Air Force Base, Utah, 84056, United States
Zip Code: 84056
 
Record
SN01926723-W 20090828/090826235732-3e229fbbc21b6879430f0a7ca3cb1772 (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.