Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOURCES SOUGHT

D -- PEO-MA Cross Domain Solutions Support

Notice Date
1/4/2010
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
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
PEO-MA_CrossDomainSolutions
 
Archive Date
1/29/2010
 
Point of Contact
Trevor K Whitaker, Phone: 618-229-9234
 
E-Mail Address
trevor.whitaker@disa.mil
(trevor.whitaker@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information for Defense Information Systems Agency Program Executive Office - Mission Assurance and Network Operations Cross Domain Solutions Support Contracting Office Address : Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL 6225-5406 Description : PURPOSE : The purpose of this Request for Information (RFI) is to conduct market research to determine sources with the requisite capabilities and experience to support the Defense Information Systems Agency (DISA) Program Executive Office - Mission Assurance and Network Operations (PEO-MA) Cross Domain Solutions (CDS) program in each of the following three discrete areas: (1) Planning and Program Management; (2) Development & Integration; and, (3) Security Testing and Certification & Accreditation (C&A). THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. All information received in response to this RFI marked Proprietary will be handled accordingly. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for Cross Domain Solutions support contracts. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The anticipated North American Industry Classification System (NAICS) codes for this requirement are 541512 and 541712. This RFI is a request for interested parties to describe their technical capabilities and demonstrated experience in one or more of the support areas for Cross Domain Solutions. All interested contractors are requested to provide a written response to all elements of one or more support areas. Interested parties need not provide responses to all three support areas; for example, an interested contractor may provide a complete response to one support area. Small businesses are strongly encouraged to submit responses to this RFI, in order to assist DISA in determining the potential levels of interest, competition and technical capability to provide the required support within or outside the Small Business Community. In addition, this information may also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract plan and small business goal percentages. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small business meeting the small business standard of NAICS codes 541512 and 541712. For each support area addressed, responses should include recent work (completed within the last two years or work that is on-going) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers of the customer and contracting officer where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information shall result in the Government determining the responder is not capable of performing the work required. BACKGROUND : The PEO-MA CDS Program implements the Cross Domain Enterprise Service, which provides hardware and software for the transfer of information between the Department of Defense's (DoD) classified and unclassified networks. This transfer of information between networks of different security domains is conducted using various cross domain guard technologies and accomplished with high assurance, speed, and integrity. This enterprise service is provided to combat commands, military services, and defense agencies. The cross domain guard technologies used within the enterprise and the customers supported continue to grow. The CDS Program seeks support in each of the following three discrete areas: (1) Planning and Program Management; (2) Development & Integration; and (3) Security Testing and C&A. Requested Information : 1) Planning and Program Management (responses are not to exceed 7 pages total) Describe your experience providing information technology professionals (4 to 5 Full Time Equivalents (FTEs)) with strong customer management, organizational, project management, and written and oral communication skills. - These information technology professionals must have experience supporting an organization's various customers in order to: define or update their requirements; guide them through the DoD accreditation process and the supporting boards (e.g., Defense Security Accreditation Working Group, Cross Domain Technical Advisory Board); document their specific cross domain requirements; manage customer expectations and competing organizational interests; and, facilitate the resolution of issues by working closely with professionals of different technical disciplines (e.g., systems engineers, project managers, systems administrators, computer scientists) or from different organizations. - These information technology professionals also must be able to create executive summary and program documentation to include briefings and information papers on complex projects and capabilities. At least one of these information technology professionals must be able to function as a team leader. The team leader must have at least 10 years of professional information technology experience, whereas the others must have at least two years of professional information technology experience. Describe your experience providing information technology project managers (4 to 6 FTEs) with experience fielding and implementing DISA or DoD systems and managing teams consisting of information technology and related technical professionals. These information technology project managers also must be able to create executive summary and program documentation to include briefings and information papers on complex projects and capabilities. At least one of these information technology project managers must be able to function as a leader and have the ability to manage and plan a comprehensive strategy for all new projects and requirements for the PEO-MA CDS program. The team leader must have at least 10 years of informational technology project manager experience, whereas the others must have at least two years of information technology project manager experience. Describe your experience providing surge capability for additional information technology project managers (2 to 4 FTEs) for an average duration of six months when needed. Describe your experience providing information technology engineers (2 to 4 FTEs) with experience functioning as the technical counterpart to an information technology project manager. These systems engineers must be able to resolve all the technical issues related to fielding and implementing cross domain technologies. At least one of these information technology engineers must be able to function as a team leader. The team leader must have at least 10 years of information technology engineer experience, whereas the others must have at least two years of information technology engineer experience. Describe your experience providing surge capability for additional information technology engineers (2 to 4 FTEs) for an average duration of six months when needed. Describe your experience managing and implementing information assurance programs within DISA and/or the DoD, to include experience defining requirements, defining the work to be done, developing project schedules, managing complex and competing stakeholder interests, and leading teams of other information technology professionals and related personnel in order to successfully execute a project from inception to fielding. Describe your experience providing personnel with current DoD Secret clearance and specified personnel with current DoD Top Secret clearance with the knowledge, skills, and abilities to provide the support in this area in a very competitive job market, as exists in the National Capitol Region. All personnel must have a current DoD Secret clearance. 2) Development & Integration (responses are not to exceed 7 pages total) Describe your experience conducting product development and testing, both performance and functional, activities for cross domain technologies to include conducting system comparisons, analysis, integration, solution recommendations, filter development, testing, and integration with data sources and applications as identified by the government. Experience can cover both guards and supporting equipment designed to improve cross domain functionalities and capabilities. Experience must be supported by a demonstrated ability to write clearly and direct assessment reports to both engineering and senior executive audiences. Describe your experience developing tools, techniques, and procedures to analyze utilization data. Also, describe your experience developing and reporting utilization metrics for cross domain guard or information assurance technologies. Describe your experience evaluating candidate cross domain solutions to determine optimal solutions prior to deploying within a broader enterprise. Describe your experience in developing and merging supporting technologies to enhance the capabilities, performance, or monitoring of cross domain solutions. Describe your experience installing and providing initial training for these technologies at a government facility. Describe your experience in this regard for 2 to 4 simultaneous integration efforts with durations ranging from 3 to12 months. Examples include merging best of breed between two independently developed technologies such as web services gateways or developing a single access point gateway for all cross domain enterprise data flows. Describe your experience developing web portal applications, particularly in the cross domain arena. Describe your experience providing personnel with current DoD Secret clearance and specified personnel with current DoD Top Secret clearance with the knowledge, skills, and abilities to provide the support in this area in a very competitive job market, as exists in the National Capitol Region. All personnel must have a current DoD Secret clearance. Describe your ability to host a cross domain laboratory protected at the Secret level or above. 3) Security Testing and Certification & Accreditation (responses are not to exceed 7 pages total) Describe your experience developing security test plans, test scenarios, and test data for DISA and/or DoD systems. Describe your experience conducting, documenting, and providing results for testing considered Independent Verification and Validation (IV&V); Security Test and Evaluation (ST&E); Certification Testing and Evaluation (CT&E); and Operational Testing and Evaluation (OT&E). Testing will be conducted wherever the technology is located (e.g., government hosting facility, or government or commercial laboratory). Describe your experience in this regard for performing 20 to 40 tests per year. Describe your experience developing and maintaining all documentation required for Certification & Accreditation based on the DoD Information Assurance Certification & Accreditation Process (DIACAP). Describe your experience in this regard for 50 to 65 C&A packages per year. Describe your experience working with different phases of the DoD CDS or DoD information assurance process to bring customer requirements operational. Describe your experience providing personnel with current DoD Secret clearance and specified personnel with current DoD Top Secret clearance with the knowledge, skills, and abilities to provide the support in this area in a very competitive job market, as exists in the National Capitol Region. All personnel must have a current DoD Secret clearance. Responses : Responses should address all elements of a support area and include: 1) Cost estimate for the services described above, to include base year and four option years. Please provide the requested cost information in the format of the cost template provided in the appendix. Refer to the Cost Template Appendix. 2) List of current/recent customers and include the name of the contract, as well as the name and contact information of the customer and contracting officer. 3) List of current contract vehicles from which your services may be procured, to include the General Services Administration Federal Supply Schedule, DISA Encore II, and any other federal government contract vehicle. 4) Business name and address; name of company representative and their business title; business's DUNS number and CAGE code; and include a statement of self certification under the NAICS codes. Responses must be submitted by email to PEO_IANACQUISITION@disa.mil and received by COB 14 January 2010. Responses must be single-spaced, Times New Roman, 12 point font, compatible with MS Office Word 2003, with a total page count not to exceed seven pages for any one task area. Parties interested in more than one task area should ensure that their responses are separated and marked clearly in order to be properly considered for each task area. The responses should not exceed a 3 MB mail limit 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 nor will the government confirm receipt of the RFI response. All government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Points of Contact : Contracting Officer: Anne Karen Keller Phone: 618-229-9504 E-mail: Anne.Keller@disa.mil Contract Specialist: Trevor K. Whitaker Phone: 618-229-9234 E-mail: Trevor.Whitaker@disa.mil Program Manager: Teresa White Phone: 703-681-2388 E-mail: teresa.white@disa.mil APPENDIX - COST TEMPLATE The Government requests interested parties, at a minimum, to provide cost information in the following formats (total costs by labor category and hourly rate per labor category). The labor categories below are representative and are not prescribed. Any additional cost or explanatory information may be provided in the responder's own format. Base Year OY1 OY2 OY3 OY4 Total MANPOWER - Costs Functional Analyst Junior Senior Systems Architect Junior Senior Applications Engineer Junior Senior Technical Writer Junior Senior Software Systems Engineer Junior Senior Web Architect Junior Senior Test Engineer Junior Senior Travel TOTAL Total Life-Cycle Cost Base Year OY1 OY2 OY3 OY4 MANPOWER - Hourly Rate Functional Analyst Junior Senior Systems Architect Junior Senior Applications Engineer Junior Senior Technical Writer Junior Senior Software Systems Engineer Junior Senior Web Architect Junior Senior Test Engineer Junior Senior
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PEO-MA_CrossDomainSolutions/listing.html)
 
Place of Performance
Address: National Captial Region, United States
 
Record
SN02034493-W 20100106/100104235700-74390f734968ef920a36bf77ab0e9a4a (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.