Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOURCES SOUGHT

U -- Cyber Security and Control System (CSCS) Training Support Services - Draft CSCS Master Training Task List

Notice Date
12/15/2016
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-17-R-CSCS
 
Archive Date
1/20/2017
 
Point of Contact
Steven A. Wells, Phone: 5055566561, Gina Garcia, Phone: 719/556-3049
 
E-Mail Address
steven.wells.7@us.af.mil, virginia.garcia.9@us.af.mil
(steven.wells.7@us.af.mil, virginia.garcia.9@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft CSCS Master Training Task List SOURCES SOUGHT FOR AIR FORCE SPACE COMMAND (AFSPC) CYBER SECURITY AND CONTROL SYSTEM (CSCS) TRAINING SUPPORT SERVICES THIS IS A SOURCES SOUGHT ANNOUNCEMENT PUBLISHED FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION/REQUEST FOR PROPOSAL/REQUEST FOR QUOTE. The 21 st Contracting Squadron, Peterson Air Force Base, CO is requesting capability statements to identify sources to provide and maintain industry standard training curriculum for Cyber Security and Control System (CSCS). Capability statements shall address the following areas of interest: •· Student Management •o Class Scheduling •o Network Accounts •o Security Clearances •o 4419 (Record Of Training/Knowledge Task Comprehension) Prep/Routing •· Course Management •o Course Scheduling •o Course Advertisement •o Vendor Scheduling •o Instructor Scheduling •o PEX Updates •o Course Development/Currency •o Test Analysis •· Instructors •o Prep room for instruction •o Teach/Demonstration •o Administer Exams •o Input Test/Trend Analysis •· Stan/Eval •o Validate Training Material •· Weapons & Tactics •o Validate Training Material •o Guest Instruct •o Simulation Lab Objectives are to develop and deliver a Course Catalog that supports both Initial Qualification Training (IQT) and individual (case by case) mission training requirements. Government occupational titles and position descriptions to be supported/trained are as follows: BPO - Boundary Protection Operator: Manage, Maintain, Build, Patch, Upgrade, Restore - Firewalls (Palo-Alto), Proxies (Bluecoat), Governs access control entries; validates & verifies network boundary modifications; enforces Defense in Depth, oversees critical event responses affecting performance/security of enterprise voice, video, data and sensor networks. CC - Crew Commander: Manage, Maintain Operations Team, Provide results to leadership. Directs crew operations across all subordinate sections, has command authority for all CSCS DCO and Mission Assurance Operations, assess/handle incidents, ensure crew personnel properly trained, correct crew discrepancies, ensure Pan, Brief, Execution and Debrief (PBED) is fully accomplished for all tasked missions, provide updates to Director of Operations, interface with HHQs for SITREPS and MISREPS, deconflicts cyberspace terrain, update daily CSCS readiness, record daily crew sorties/hours, leads debriefs and documents in OIs, SOPS, etc. CPO - Client Endpoint Protection Operator: Manage, Maintain, Build, Patch, Upgrade, Restore - Host Base Security System (HBSS), Identify/Define/Remediate Threats, develops Tactics, Techniques & Procedures (TTPs) to proactively sustain/enhance cyber defense of critical IT assets, analyzes/correlates events for Air Force Information Network (AFIN) incident responders to identify, prioritize & respond to USCYBERCOM. DSO - Directory Services Operator: Manage, Maintain, Build, Patch, Upgrade, Restore - Active Directory, WINS, DHCP, DNS, Identify/Define/Remediate Threats, directs maintenance/emergency changes to secure network infrastructure/mitigates system vulnerabilities, threats, & exploitations, advises senior leadership of current & future communication advancements, technologies, capabilities, & warfighting integrations. IFO - Infrastructure Operator: Manage, Maintain, Build, Patch, Upgrade, Restore - Routers/ Switches, Identify/Define/Remediate Threats, governs access control entries; validates & verifies boundary modifications; enforces Defense in Depth, oversees critical event responses affecting performance/security of enterprise voice/video/data/sensor networks, provides services to AFIN users, monitors and manages AFIN network devices. MMO - Monitoring Management Operator: Develops CSCS Weapon System Operator Interface, Manage, Maintain, Build, Patch, Upgrade, Restore - NetIQ, Solarwinds, NetCool, NetCOP, SCOM, Identify/Define/Remediate Threats, Maintains SharePoint web services for MAJCOM mission systems; enables global information collaboration, Administers AFNet Compliance Tracker (ACT); provides AF-wide tracking of USCYBERCOM task orders. OC - Operations Controller: Mission Coordinator, focal point for communications with operators, allows CC to focus on mission taskings, Ensure PBED is accomplished, conduct crew operations as needed, communicated mission status to HHQs, Commanders, Director Of Operations, Comprehend and communicate SPINS and ROEs, Maintain Master Station Logs, Assist with documentation of crew procedures, act on behalf of CSCS Crew Commander to enforce policies and guidelines. SVO - Storage and Virtualization Operator: Manage, Maintain, Build, Patch, Upgrade, Restore - Virtual/Physical Storage & Server Management, Identify/Define/Remediate Threats, maintains Exchange mailboxes, SharePoint servers and database backups ensuring Enterprise disaster recovery, executes AFIN change requests, hardware upgrades and remediates vulnerabilities, Performs installation, maintenance and administration of virtual architecture of AF sites impacting AFIN users. VAO - Vulnerability Assessment Operator: Manage, Maintain, Build, Patch, Upgrade, Restore - Assured Compliance Assessment Solution (ACAS), Identify/Define/Remediate Threats, Orchestrates modern anti-virus, anti-spyware and device control services into the Air Force Info AFIN, Leads AFIN C2/hardening actions, Directs Vulnerability Management for AF bases; ensures security of AFIN with MAJCOMs & 624 Cyber Ops Center. VRO - Vulnerability Remediation Operator: Manage, Maintain, Build, Patch, Upgrade, Restore - System Center Configuration Manager, Identify/Define/Remediate Threats, Executes vulnerability ops; reviews real-time intrusions on AF sys at AF bases, Develops tactics/techniques/procedures; orchestrates anti-virus, anti-spyware/device control services on the AFIN, Supervises vulnerability analytics; ensures security of AFIN, 624 Cyber Ops Center, and USTRANSCOM The contractor's capabilities statement shall support the following key tasks: Ability to maintain, update, and technically refresh all aspects of the training curriculum to include classroom instruction, performance demonstration, documentation, instructor/student course material, hardware, software, IT asset inventory accountability, modeling, simulation, and analysis (MS&A). Ability to maintain and enhance a training curriculum that provides for a cadre of qualified operators capable of supporting current and future real world operations. Ability to provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other technical and support requirements for space and cyberspace training support, to include engineering/engagement and current mission support. The Moorman Center (Peterson Air Force Base, Colorado) will have classroom space for swing-shift training classes. There will be approximately eight classrooms available for use after 1630 MST daily. Ability to conduct long-range planning, strategic analysis, force-mix studies, acquisition decision-making, requirements development and assessment that delivers and maintains a current Course Catalog consistent with industry hardware, software, documentation and TTPs that deliver a trained work force. Identify experience with cyber weapon systems, associated Tactics, Techniques, and Procedures (TTPs); and Combatant Command (CCMD) operations at the tactical, operational, and strategic level, and how your firm will integrate that knowledge into the CSCS Operations training. Identify experience in taking government off the shelf (GOTS) and commercial off the shelf (COTS) products and developing training material that meets current and future real world operations. Ability to interface with other AFSPC units and organizations, other AF Major Commands (MAJCOMs), AF Research Laboratories (AFRL), Headquarters Air Force (HQ AF), other services (e.g., US Army and US Navy), United States Strategic Command (USSTRATCOM), Department of Defense (DoD) Services and Offices, National Aeronautics and Space Administration (NASA), AF Life Cycle Management Center (AFLCMC), AF Network Integration Center (AFNIC) and non-DoD government and commercial space entities to accomplish the requirements of this contract. Ability to train operators to a proficiency level where they can apply learned skill-sets, with a fidelity and understanding of how their actions impact real world space/cyberspace operations. Ability to maintain communications and a working relationship with Program Management Offices (PMOs) (i.e. AFLCMC) to integrate new technologies into the CSCS training curriculum. A bility to communicate with the 561 NOS Operations Training work center and other agencies for approval of ongoing maintenance and development of the CSCS Course Catalog. Ability to utilize and interface with USAF approved third-party tool developers/vendors for their respective tools. It will be the responsibility of the prime contractor to fully understand the current business/industry/government status of each of these vendors/tools in order to expeditiously and effectively perform the work in the PWS. A bility to integrate existing and new tools, a pplications, software, hardware to facilitate course curriculum and training environment. These decisions will require AF coordination and pre-approval. Ability to provide total task management and supervision of contractor and sub-contractor personnel. The prime contractor shall provide a primary point of contact for all technical aspects of the required work and no personal services shall be performed. Ability to provide a training environment that meets requirements and tasks according to guidelines and specifications as outlined by AF network security policies and procedures. The training environment shall simulate the CSCS NIPRNet, SIPRNet network architectures to enhance the learning experience. Ability to provide course curriculum and training objectives with adherence to and validation from AF Stan/Evaluation guidelines. Ability to attend quarterly Stan/Evaluation review boards for the purpose of collecting and disseminating feedback related to CSCS Operations Training. Ability to provide contractor presence at training development meetings, seminars, or workshops in direct support or correlation to CSCS Course Development. Ability to attend daily, weekly, and quarterly meetings for the purpose of identifying real world vulnerabilities, architectures and standards for the purpose of introducing those elements and configurations into course curriculum. Ability to work with associated agencies/offices in accordance with existing service-level agreements to support maintenance, security, training, servers and services, etc. on NIPRNet, SIPRNet networks. Demonstrate that all curriculum will be taught by certified training instructors to accomplish the objectives of task analysis worksheets and training task lists. Ability to perform security, IT support, and instructional (teaching) duties in accordance with a Top Secret/Special Compartmented Information (TS/SCI) security clearance at time of the contract start date, and must maintain the level of security required for the duration of the contract. All other Contractor personnel shall have no less than a Secret clearance. Higher-level security clearances for some Contractor employees are required for courses requiring them. Ability to confirm all contractor personnel assigned to the proposed contract shall possess and maintain the appropriate security clearance. Ability to perform Physical Security and be responsible for safeguarding all Government equipment, information, and property provided for Contractor use. Ability to support Key/Badge Control. The Contractor shall establish and implement methods to ensure all keys/security badges issued to the Contractor by the Government are not lost or misplaced, and are not used by unauthorized persons. NOTE: All references to keys include security badges. Ability to perform Physical Security. The Contractor shall comply with base Operations Plans and Instructions for Force Protection Condition procedures, Random Antiterrorism Measures, and local search and identification requirements. The Contractor shall adhere to security policies and safeguard all Government property provided for Contractor use. Ability to obtain appropriate certifications and provide documentation to the CO for each functional area at contract start date and maintain certifications throughout the duration of the contract. Ability to develop and maintain Courseware Documentation. Instructors shall provide courseware documentation for all lessons and courses. Courseware documentation includes Course Requirements Document (CRD), Course Resource Estimate (CRE), Course Development and Maintenance Plan (CDMP), Master List of Objectives (MLO), course syllabi, visual aids (e.g. slides), lesson plans, tests (including multiple versions), quizzes, student note takers, course capstone materials, student critique forms, grading rubrics and handouts. Ability to provide Lesson Material. The Contractor shall provide completed lesson material and/or updates to include course syllabi, visual aids (e.g. slides), tests (including multiple versions), quizzes, student note takers, course capstone materials, student critique forms, grading rubrics and handouts and the course execution for all lessons, including capstone events, for all courses listed in their Course Catalog. Ability to perform and execute Course Catalog Participation in Planning. Instructors shall participate in all course planning, execution, and post-execution meetings and activities with government representatives. Ability to provide effective Program Manager (PM) services. An onsite Contractor PM shall be responsible for all aspects of Contractor-provided support. The Program Manager shall provide administrative, clerical, scheduling, and resource allocation for all aspects of the requirements identified in the PWS. Ability to provide Monthly Program Management Review. Cost, Schedule, and Performance data shall be reported monthly to the Contracting Officer Representative (COR). A copy of the final and accepted written submission is to be provided to the CO. Quarterly Program Management Review - Cost Schedule, and Performance data shall be presented verbally and in writing at least once a quarter to the CO or his/her designated representative(s). A Contract Funds Status Report (CFSR) shall be provided to the COR and CO on a monthly basis. Ability to provide a Contractor Sensitive Compartmented Information Facility (SCIF) Security Manager who shall be familiar with all requirements to operate and maintain a SCIF. This position requires a TS/SCI clearance and eligibility to be read into various programs at the SAP, SAR, and STO level. Ability to provide a Collateral Security Manager/ Information Assurance Officer. The Contractor Collateral Security Manager and Information Assurance Officer shall be familiar with all collateral security requirements and information security requirements to support the CSCS mission. Ability to provide Information Technology (IT) Support. The Contractor shall provide non-personal services to manage, operate, sustain, and provide logistical and general support for CSCS-related IT Services. The Contractor must meet all IT requirements for the entire life-cycle of each IT service, to include steady-state day-to-day operations. Ability to perform and manage Registrar Responsibilities. The Contractor shall manage all aspects of CSCS student registration program and provide support to corporate and Government program reviews and briefings. Ability to perform Course Accreditation Responsibilities. The Contractor shall interface with multiple Government agencies simultaneously when required to obtain and maintain joint service accreditation. Ability to manage Government Furnished Property (GFP) and Equipment (GFE). A list of GFP and GFE will be provided to the Contractor upon contract award. The Contractor shall protect Government information, property, equipment, facilities, and resources that are generated, issued, or supplied under the terms of the proposed contract. Facilities and Workspaces. The Government will provide access to Government-owned and maintained facilities during normal business hours. The Government will provide office furnishings in appropriate quantities and quality, as determined by the Government, to include desks, space, telephone, chairs, tables, bookcases, safes, and file cabinets, shall be provided for those tasks required to be performed in the Government facilities. Facilities will be provided during the hours of 4:30pm - 0700am. Classrooms will have NIPRNet, SIPRNet and.com connectivity. Four available classrooms will support class sizes of 28-32 students The contractor will be responsible for buying, maintaining and tech refreshing the computers for the CSCS Operators Courses. Proposed Period of Performance : The proposed period of performance for this effort will encompass a one-year Basic and a one-year option for the continuation of services contingent upon the availability of funds and the contractor's record of satisfactory performance. This Sources Sought Synopsis is issued solely for information and planning purposes only, and is not a Request for Proposals or Quotes (RFP or RFQ), or an obligation on the part of the Government to acquire any services. Responses to this sources sought synopsis will not be considered as offers and cannot be accepted by the Government to form a binding contract. The Government reserves the right to determine how it should proceed as a result of this notice. Furthermore, those who respond to this sources sought should not anticipate feedback with regard to its submission. The Government will not pay any cost incurred in response to this sources sought. All costs associated with responding to this sources sought will be solely at the responding party's expense. The information provided in this sources sought is subject to change and is not binding on the Government. Please respond according to the directions stated below. Additional Information: The CSCS requirement is for specialized educational services and is a performance-based requirement per FAR Part 37.6 - Performance-Based Acquisition. The applicable NAICS code is 611430 (Professional and Management Development Training). The Government is contemplating an IDIQ contract vehicle. The total budgeted amount for this award is $9.9M, or $4.95M/yr. https://org1.eis.af.mil/sites/67cw/690cog/NetOps/TAWS - this is the link to training analysis work sheets and the training task lists. A draft Master Training Task List (MTTL) is attached to this synopsis. PLEASE Respond WITH the following INFORMATION: 1. Contact information: Name of Company Business Title Institution or Organizational Affiliation E-mail Address and Phone Number Company's Business Size Cage Code and DUNS Number 2. Please provide a capabilities statement which details your company's knowledge, skills, and abilities as they relate to the requirement (Do not exceed 10 pages). 3. Please provide relevant past performance in the past three years (shall not exceed five pages) regarding contracts of similar size, scope, and magnitude. Please include the contract number or other identifying information. 4. If you can perform this service, would you need a transition period? If yes, how long? e.g.: 30 days / 60 days Do not include the following in your response: Do not submit formal proposals or offers; Do not submit requests to be considered for award or to be notified of a future solicitation; Do not submit requests to be added to a mailing or distribution list; Do not submit questions or comments not related to this sources sought; Do not respond via telephone. How to Submit Responses: 1. Submit the required information in a word document to Steven A. Wells, Contracting Officer, at steven.wells.7@us.af.mil and Ms. Gina Garcia at virginia.garcia.9@us.af.mil. 2. Please include "CSCS Operations Training Statement of Capability " in the e-mail subject line. 3. The sources sought closing date is 5 January 2017 at 4PM MDT. 4. If you have any questions regarding this sources sought announcement, please submit them via e-mail to the Contracting Officer. Attachment: Draft CSCS Master Training Task List (MTTL)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-17-R-CSCS/listing.html)
 
Place of Performance
Address: Peterson AFB, CO, Colorado Springs, Colorado, 80917, United States
Zip Code: 80917
 
Record
SN04352311-W 20161217/161215234028-93ba11d948f095572af0bcdde24f3931 (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.