Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
MODIFICATION

D -- IT Security - Performance Work Statement

Notice Date
12/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Satellite & Information Acquisition Division, SSMC2 11th Floor, 1325 East West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
Information-Technology-(IT)-Security
 
Archive Date
1/2/2018
 
Point of Contact
Gion Lalican, Phone: 301-628-1425
 
E-Mail Address
Gion.Lalican@noaa.gov
(Gion.Lalican@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI). In preparation for an upcoming anticipated procurement, the Satellite and Information Acquisition Division (SIAD) of the Acquisitions and Grants Office (AGO) is conducting market research to identify potential sources and determine the optimal procurement strategy for acquiring Information Technology (IT) Security Services as further detailed below. This is a Request for Information (RFI). In preparation for an upcoming anticipated procurement, the Satellite and Information Acquisition Division (SIAD) of the Acquisitions and Grants Office (AGO) is conducting market research to identify potential sources and determine the optimal procurement strategy for acquiring Information Technology (IT) Security Services as further detailed below. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Service (NESDIS), Office of Satellite and Product Operations (OSPO) requires an IT Security Program to implement required security controls to ensure confidentiality, integrity and availability of the information resources integral to the successful operation of OSPO satellite ground systems, product processing and distribution systems, and Admin LANs. The Contractor shall comply with Department of Commerce, NOAA, NESDIS, and OSPO information security policies and procedures, and with the requirements identified in NIST Federal Information Processing Standard (FIPS) 199, Standards for Security Categorization of Federal Information and Information Systems, and FIPS 200 Minimum Security Requirements for Federal Information and Information Systems. OSPO will have primary responsibility for the following fourteen (14) systems that will require contractual IT security support in fiscal year 2019. Nine (9) of the fourteen (14) systems listed below are High systems: 1. The Geostationary Operational Environmental Satellite (GOES) Ground System; 2. The Polar-Orbiting Environmental Satellite (POES) Ground System; 3. NOAA Satellite Operations Facility (NSOF) Admin LAN; 4. Environmental Satellite Processing Center (ESPC) system; 5. NOAA Jason Ground System (NJGS); 6. Comprehensive Large Array-Data Stewardship System (CLASS); 7. Search and Rescue Satellite Aided Tracking (SARSAT) system; 8. Partner Antenna Access Network (PAAN) system, formally known as COSMIC (Constellation Observing System for Meteorology, Ionosphere, and Climate); 9. Data Collection System (DCS); 10. Fairbanks Command and Data Acquisition Station (FCDAS) Admin LAN; 11. Wallops Command Data Acquisition Station (WCDAS) Admin LAN; 12. Geostationary Operational Environmental Satellite-R series (GOES-16) ground system; 13. Joint Polar Satellite System (JPSS); and 14. Government Resource for Algorithm Verification, Independent Test, and Evaluation (GRAVITE). The Contractor must have experience with the following software tools provided by the Government, including but not limited to: 1. ArcSight; 2. Tenable SecurityCenter/Nessus; 3. WebInspect; 4. IBM BigFix Suite; 5. Tripwire Enterprise and Log Center; 6. Nipper Studio; 7. Altiris; 8. CSAM; and 9. IBM QRadar. The objective of this RFI is to collect market research information regarding the availability and capability of qualified small businesses to provide support to OSPO as described in the attached draft Performance Work Statement (PWS). Responses will assist SIAD with determining the appropriate acquisition method, including whether a set-aside is possible. Another purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated period of performance is a base year plus four option years. The North American Industry Classification System (NAICS) code for this acquisition is 541519 (Other-Computer Related Services) with a size standard of $27.5 Million. Companies NOT considered a small business under the specified NAICS code should not submit a response to this notice. SIAD is seeking capability statements from experienced vendors. To be determined capable companies must demonstrate a minimum of 6 years of related experience). Responses shall be limited to no more than 10 pages and shall address the following information listed below: 1. Company name and address; 2. DUNS number; 3. Type of small business (e.g. woman-owned small business, HUBZone small business, service disabled veteran owned small business, etc.) and size classification relative to the NAICS Code for the proposed acquisition; 4. Company point of contact (i.e. name, phone, and email); 5. Potential areas to be subcontracted; 6. Number of years company has been involved in IT Security-related support ; and 7. A tailored capability statement demonstrating a minimum of 6 years experience in IT Security related services (to include subcontractor and key personnel experience) addressing Section 1.0 of the attached Performance Work Statement, specifically showing: a. Experience working with systems involving High Impact for integrity and availability; and b. Experience using the software tools listed below: 1. ArcSight; 2. Tenable SecurityCenter/Nessus; 3. WebInspect; 4. IBM BigFix Suite; 5. Tripwire Enterprise and Log Center; 6. Nipper Studio; 7. Altiris; 8. CSAM; and 9. IBM QRadar. 8. Address Section 2.0 of the PWS by demonstrating an established Facility Security Officer (FSO), or a partnership with another company that has a FSO; and be able to provide personnel up to, and including, the Top Secret classification level. 9. Identify the customer, contract number, dollar value, and points of contact for any experience listed. Please include information of any government-wide contract vehicles which covers the scope as described in the PWS (e.g. GSA, NITAAC, etc.). Responses are due no later than 1:00 pm EST on December 18, 2017 via email to gion.lalican@noaa.gov. The point of contact for this action is Gion Lalican and he may be reached at 301-628-1425 or by email. DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. The draft PWS is provided for informational purposes only. Information contained herein is subject to change. Responses to this notice are not offers and cannot be accepted by SIAD to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Any information that a vendor considers proprietary should be clearly marked as such. Failure to submit a response to this RFI in no way precludes a vendor from participating in any competitive solicitation the SIAD may issue in the future. Information received will be considered solely to make an informed decision regarding a potential procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6419a8dab4b5f47477882825643dedd5)
 
Place of Performance
Address: NOAA Satellite Operations Facility, 4231 Suitland Road, Suitland, Maryland, 20746, United States
Zip Code: 20746
 
Record
SN04759246-W 20171208/171206231536-6419a8dab4b5f47477882825643dedd5 (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.