The RFP Database
New business relationships start here

Mission Mapping in Support of NETCOM


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

Description: The U.S. Army Contracting Command (ACC) Aberdeen Proving Ground (APG), Huachuca Division is seeking information on business sources that can provide non-personal service support synopsized below.

Synopsis: This functional requirement is for the "Mission Mapping." As the information technology service provider for the Army, Network Enterprise Technology Command (NETCOM) plans, integrates, and protects the Land Warrior Network (LWN) and missions supported by it. In executing this mission, there is a need for improved mission-level operational understanding and enhanced training to counter advanced persistent threats to the enterprise. Also to provide subject matter expertise to assist NETCOM in executing its responsibilities to plan, integrate, and protect Army networks and missions.


The Contractor shall support mission mapping and dependencies in support of the NETCOM mission and shall provide technical analysis and tool application to improve network defense and operations. The Contractor shall also provide targeted, mission-focused efforts encompassing end-to-end engineering of network defense and visualization capabilities. This includes planning, execution, and technical support in mission modeling; system dependencies; concept of operations (CONOPS); Tactics, Techniques, and Procedures (TTP); architecture; interoperability; and operational engineering leading to product integration to the Army enterprise.


The purpose of this synopsis is to gain knowledge of interest, capabilities, socio-economic information, and qualifications of members of the business community who can support this requirement. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only. A solicitation is not currently available at this time.


The anticipated contract type is Fixed Priced. The proposed North American Industry Classification Code 541512, Information Management Computer Systems Integration Design Services. The Product Service Code is D318 - IT & Telecommunications-Integrated hardware/software/service solutions.


The projected requirement is anticipated to be unrestricted. A responding company must demonstrate the willingness and capability to provide the service identified in this Sources Sought to help the Army determine prospective contractors.


Submissions:


The draft functional requirement is attached. The Government is requesting input on the draft functional requirement. Please provide any comments to the draft functional requirement as a separate document.


No reimbursement will be made for any costs associated with providing information in response to this sources sought/synopsis or any follow-up information requests.


Please address each of the following by restating them and providing your response under each one.


1) Company Name:
Address:



DUNS:
CAGE Code:


2) Point of Contact to include name telephone number and e-mail address.


3) Address your capabilities to accomplish the service and provide highlights of successful past performance on similar government contracts within the past three years. List the name of the contract, contract number, and assigned Administrative Contacting Officer's (ACO) name and phone number for past experience.


4) Describe your current capability and experience in regard to those identified in the draft functional requirement.


5) Identify your company's socioeconomic and size standard given the NAICS code above.


6) If you identify your company as a 8(a) Small Business, please indicate (with supporting rationale) if/how your company would be in compliance with the restrictions identified in sub-paragraph (c)(1) of Federal Acquisition Regulation (FAR) Clause 52.219-14 (which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern (meaning your company).



Technical capability statements can be submitted in your own format, addressing items 1-6 above, and shall be 10 pages or less.


NOTE: This is not a request for proposal nor is the technical capability statement considered to be a proposal. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The functional requirement for this Sources Sought is a draft document and changes will be made in the future.


Responses are due by 12 p.m., Mountain Standard Time (MST) on 10 November 2015. Please send information via e-mail to Ms. Audrey Hammonds, Contracting Officer, at audrey.c.hammonds.civ@mail.mil and Mr. Greg Stephens, Contract Specialist at gregory.r.stephens3.civ@mail.mil. Telephone responses will not be accepted. Responses must come electronically or by mail. All responses shall be unclassified and reviewed (prior to submission to the Government) to ensure that there are no operational sensitivities.


 


Prospective vendors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1.


Response Date: 10 November 2015


Response Due Time: 1200 hours/12:00 PM


Time Zone Due: Mountain Standard Time


Attachments:


Attachment 1: PWS_Mission Mapping_07Oct2015(draft)


 


Greg Stephens, Contract Specialist, Phone 5205386326, Email gregory.r.stephens3.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP