Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
MODIFICATION

D -- Cyber Warfare Detachment (CWD) Basic Ordering Agreement (BOA)

Notice Date
4/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-16-R-0075F
 
Archive Date
7/28/2016
 
Point of Contact
Domenick Davino, Phone: 7323237436, William Waterhouse, Phone: 732-323-2243
 
E-Mail Address
domenick.davino@navy.mil, william.waterhouse@navy.mil
(domenick.davino@navy.mil, william.waterhouse@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this modification is to extend the Response Date to 13 June 2017. The purpose of this notice is to issue Basic Ordering Agreements (BOA) to provide the NAVAIR Cyber Warfare Detachment (CWD) resilient and full-spectrum cyber warfare capabilities for Naval aircraft, weapons and related Naval aviation systems. The NAVAIR CWD develops and assesses cyber warfare capabilities for mission assurance of Naval aircraft and weapon systems (aircraft, unmanned vehicles, weapons, sensors, etc.) and Naval aircraft support systems (data processing, data links, networks, communications, navigation, mission planning, aviation support equipment, aircraft launch and recovery equipment, maintenance & logistic systems and connections to enterprise/business systems). The strategy of the NAVAIR CWD is to defend the access points to our weapon systems (detect, prevent), survive and continue to operate during enemy engagement, and foster future cyber-hardened acquisition (resilience and response). The CWD is seeking both traditional DoD contractor sources and non-traditional sources in support of its strategy to develop the NAVAIR cyber workforce, improve infrastructure, conduct research & development (R&D), implement the Navy CYBERSAFE program and the DoD Risk Management Framework (RMF), conduct Cyber Risk Assessments (CRAs), support Naval Aviation Programs of Record with cyber solutions and full spectrum cyber capabilities, and establish standards and best practices for incorporation into future acquisitions. BOAs will be issued with companies in the 6 distinct industry pools as defined below as applicable to NAVAIR weapons systems and supporting infrastructure vice enterprise IT networks / systems. Pool #1: System definition & architecture development Pool #2: Risk assessments and assessment methods Pool #3: Develop and conduct Cyber Workforce training Pool #4: Cyber penetration testing and penetration tool development Pool #5: Protection solutions and system integration services Pool #6: Full spectrum operational cyber warfare support Specific desired capabilities within each pool can be found in Attachment 1. Future orders will be competed among existing BOA holders within each of these pools at the time of the Request for Proposal (RFP). Companies may be qualified to compete in one or more pools. A BOA is a written instrument of understanding, negotiated between an agency, contracting activity, or contracting office and a contractor that contains: (1) terms and clauses applying to future contracts (orders) between the parties during its term, (2) a description, as specific as practicable, of supplies or services to be provided, and (3) methods for pricing, issuing, and delivering future orders under the BOA. A BOA is not a contract. Orders issued under BOAs are the binding contractual actions, and each order issued shall be subject to the contract clauses, provisions, certifications, terms, and conditions of the BOA. The BOA template to be utilized is attached to this notice. See Attachment 2. The Contracting Officer will advertise the BOA through the Federal Business Opportunities website annually, to maximize competition for the duration of the effort. Contractors issued a BOA may receive requests for technical and/or price/cost proposals leading to the award of orders. Future orders may be competed based on a Low Price Technically Acceptable (LPTA) or Best Value basis. Specific firm-fixed price and cost reimbursement orders will be competed among the BOA holders. In order to receive a cost-type order, a contractor must have a Government approved accounting system prior to award of contract Issuance of BOA's will be based on the government's evaluation of qualifications in accordance with the criteria as set forth in this notice. The Government reserves the right to set-aside future BOA orders for small businesses contractors when practicable. BOAs will be issued to firms that can support the following parameters: A firm must demonstrate both timely and relevant experience in one or more of the pools of this synopsis. Contractors shall submit the above information as part of their experience statements for both the prime contractor and proposed major subcontractors (if applicable). Experience shall be evaluated for acceptability on a pass/fail basis based on contractor's experience. The Government will consider both the timeliness and the relevancy of the experience data based on the scope of the BOA as described above. To be considered timely, the experience must have occurred within the past 3 years at the time the response is received. To be considered relevant, the contractor must demonstrate execution of work that aligns with the desired capabilities in Attachment 1. For each prior work experience, contractors shall identify which pool or pools of work for which they believe they have previously demonstrated. The Government reserves the right to contact the listed points of contact for each reference to verify the information submitted. The Government reserves the right not to issue a BOA to a contractor who fails to meet the above stated criteria. BOAs will be issued for a period of five years. There is no guaranteed minimum dollar amount or volume of work that will be ordered under the BOAs. Government funds are obligated only to the extent that a duly issued order creates such an obligation. The BOA can only be changed by modification of the agreement itself and not by individual orders issued under the BOA. Modification of the BOA shall not retroactively affect orders issued prior to the time of the modification. A BOA may be cancelled by either party by mailing or otherwise transmitting 30 days prior written notice to the other party. Any such cancellation shall have no effect on any orders issued prior to the effective date of the cancellation, which shall be 30 days from the date of mailing or otherwise transmitting the written notice of cancellation. Prior to the effective date of cancellation, NAVAIR may continue to place orders under the BOA. Firms must review the BOA template and indicate their ability and agreement to comply with all of the terms and conditions as stated. Contractors must have representations and certifications registered on the System for Award Management (SAM) at https://www.sam.gov. Contractors shall submit an Experience Statement (Attachment 3) for each relevant experience. Responses should reference solicitation number N68335-16-R-0075. In order to maximize efficiency of the experience statement evaluation process, all submissions must comply with the following instructions for format and content. The electronic experience statements shall be prepared so that if an evaluator prints the experience statement, it meets the following format requirements: three pages maximum per experience statement; 8.5 x 11 inch paper; single-spaced typed lines; newspaper column formatting is not permitted; 1 inch margins on all sides; not smaller than a 10 point font without condensing; photographs, pictures or hyperlinks are not permitted; files shall be Microsoft Office 2003 compatible; no ZIP files, no fold-out pages; PDF files are permitted; all file names shall include the name of the company and title of the experience statement. Each experience statement shall be no longer than 3 pages in total. The entire submission shall be no more than 37 pages (this allows for 1 Cover Letter page, and up to 12 experience statements). The Cover Letter must at a minimum contain the following information: solicitation number; enclosures being transmitted; CAGE code; a statement regarding Representations and Certifications being incorporated or attached to submission and any exceptions taken to the terms and conditions of the BOA template attached to this announcement. All questions and submissions in reference to this notice will be sent to the Point of Contact for this requirement, Domenick Davino, Phone: (732) 323-7436, E-mail: domenick.davino @navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-R-0075F/listing.html)
 
Record
SN04480519-W 20170422/170421000424-1141652fc8ec2d201fd61376943182ce (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.