The RFP Database
New business relationships start here

Cybersecurity Services


Utah, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.

1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541512 which has a corresponding Size standard of $27.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a) Service-Disabled Veteran Owned, Hubzone, and Women-Owned small business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.


2. Program Details: The mission of the 84th Radar Evaluation Squadron (84 RADES) is to provide the Warfighter responsive worldwide radar-centric planning, optimization, and constant evaluation to create the most sensitive integrated radar picture. The 84 RADES evaluates, optimizes, and integrates fixed and mobile sensors for the Department of Defense as well as other United States Government agencies. Additionally, the 84 RADES sets the standard for radar coverage prediction and depiction, as well as provides data analysis and unique radar forensics supporting search and rescue and aircraft mishap investigations. Squadron members ensure that C2 operators and aircraft controllers have reliable and accurate sensor information for day-to-day operations, contingencies and specialized activities such as counter-narcotics and search and rescue.

The 84 RADES' major programs include the Joint Surveillance System (JSS), Tethered Aerostat Radar System (TARS), Atmospheric Early Warning System (AEWS), Control and Reporting Center (CRC), and others. The 84 RADES operates and maintains the Radar Evaluation Squadron Network (RADESNET) and Radar Evaluation Squadron Network - Secret (RADESNET-S) in direct support of these programs. RADESNET and RADESNET-S are geographically distributed network enclaves, each containing multiple operating locations used to transmit/receive and analyze radar data. The operating locations connect to each other through a central hub at Hill AFB using dedicated Defense Information Systems Agency (DISA) point-to-point circuits. The point-to-point circuits, network devices, hosts, and servers do not logically connect to any GIG networks or the internet (i.e. there are no Non-classified Internet Program Router (NIPR), Secret Classified Internet Program Router (SIPR), Joint Worldwide Intelligence Communications System (JWICS), Defense Research Engineering Network (DREN), etc connections). The purpose of the networks is to distribute radar data throughout North America for analysis and recording in support of NORAD and DHS missions. Due to the operational nature of the network and the sensitivity of live radar data, RADESNET and RADESNET-S are kept isolated from other radar systems and networks, and only allows radar data to go into or out of the network via network protection devices.
The Performance Work Statement (PWS) identifies the cybersecurity services the contractor shall perform in obtaining and maintaining an Authorization to Operate (ATO) for each network in support of the 84 RADES mission and how they shall accomplish these tasks in the context of current 84 RADES' policy, processes, operating instructions, and other procedures. The contractor shall perform cybersecurity services to develop two (2) Risk Management Framework (RMF) packages in order to meet ATO compliance. Please refer to PWS and Contract Data Requirements List (CDRLs) for further information.




3. Schedule: This effort is planned to begin in Fiscal Year 2018

4. General Information:

All information submitted in response to this announcement is voluntary and no information will be returned. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Any information obtained will be considered market research and may be used as a general concept, however any specific information will be treated as proprietary information and safeguarded, if marked as proprietary.


Interested parties must submit complete electronic responses to each of the following points of contact:


Ms. Amelia Pernich
6038 Aspen Ave, Bldg 1289
Hill AFB, UT 84056-5820
Phone: (801) 777-1798
Email: amelia.pernich@us.af.mil


The Government requests interested parties to submit a brief statement of current capability to perform these services. Interested and qualified sources should provide the following information:


I. BUSINESS INFORMATION


a. Company/Institute Name:
b. Commercial and Government entity (CAGE) Code:
c. Company Point of Contact
i. Name
ii. Telephone #
iii. Email address
d. Physical Address:
e. Web Page URL:
f. Provide your company's North American Industry Classification (NAICS) Code:
g. Please state whether your company is:
Small Business (Yes / No)
Woman Owned Small Business (Yes / No)
Small Disadvantaged Business (Yes / No)
8(a) Certified (Yes / No)
HUBZone Certified (Yes / No)
Veteran Owned Small Business (Yes / No)
Service Disabled Small Business (Yes / No)
h. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)?


II. CAPABILITY SURVEY QUESTIONS


a. Provide your suggested NAICS code.
b. Are you anticipating your company to be a prime contractor or a subcontractor?
c. Are you anticipating a teaming arrangement?
i. Any responses on teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.


III. COMMERCIALITY


a. Do you consider the requirements to be commercial services (see FAR 2 definitions)?
b. Are there established catalog or market prices for this requirement?
i. If you offer this service to both the U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public?
ii. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.
c. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.


IV. GENERAL CAPABILITY QUESTIONS




a. Reference the Draft Performance-based Work Statements (PWS) attached to this Sources Sought:
i. Is the information provided in the PWS clear and concise regarding the duties and responsibilities the Government expects the contractor to perform? If not, please identify the specific section of the PWS that requires further clarification and what information may be needed.
ii. Did your company identify any areas in the PWS that presented unacceptable risks? If so, please provide detailed information.
b. Describe in detail any experience your company has with creating RMF Packages.
c. List of your most recent (within 3 years) and relevant DoD or commercial contracts (not to exceed five)
i. Include brief description that demonstrates competence in performing cybersecurity services.
ii. Point of Contact (POC) Name, Telephone #, and email address
iii. Contract Value
iv. Type of contract
v. Period of Performance


 Responses are due no later than 1600 MST Tuesday, 24 July 2018.




 




Amelia Pernich, Contract Specialist, Phone (801) 777-1798, Email amelia.pernich@us.af.mil - Ms. Michelle Esquivel, Procurement Contracting Officer, Phone (801) 777-0199, Email michelle.esquivel@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP