The RFP Database
New business relationships start here

Provide Network Operations NETOPS, Telecommunications Engineering, Information Services Analysis, and Information Assurance Analysis Service for TRADOC Capability Manager  Network Service (TCM N&S), United States Cyber Center of Excellence (USACyberCoE).


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

25Oct2016-
Sources Sought Synopsis Modification issued to change due date and time to 1:00pm November 4, 2016. All other items remain unchanged



This Information is published in accordance with FAR Part 15.201(e), and is for PLANNING PURPOSES ONLY.

THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.


This is a Sources Sought Synopsis to identify and determine, what the capabilities and interests of the marketplace are for firms, providing software; software developers; and system capability documents that require initialization, movement, and storage and/or sharing of information across a broad network; and have a detailed understanding and knowledge in the cryptographic discipline.


Interested companies shall be registered in the System for Award Management (SAM) Database, under NAICS Code 541330 (Engineering Services), as a current SBA Certified 8A Program Participant.


The Market Research being conducted for this acquisition is to provide Network Operations NETOPS, Telecommunications Engineering, Information Services Analysis, and Information Assurance Analysis Service for TRADOC Capability Manager - Network Service (TCM N&S), United States Cyber Center of Excellence (USACyberCoE).


Place of Performance is Fort Gordon, GA.


Problem Statement:


The USACyber Center of Excellence (CCoE), TCM Network and Services, works closely with other major agencies to identify and isolate functional requirements for current and future Army Expeditionary and Enterprise Network Operations (NetOps), Satellite Communications (SATCOM), Information Services, and Communications Security(COMSEC).


The TCM N&S has the mission to synchronize the requirements for "HOW" information is initialized, moved, stored and shared across the tactical Land Warrior Network (LWN) and the entire Army Enterprise, supporting the development of the U.S. Army's Training and Doctrine Command's (TRADOC) application, device, and system capability documents that require initialization, movement, storage and/or sharing of information across the tactical network.


Cryptographic expertise provides for the technical expertise required in determining and analyzing, the "WHEN" and "HOW" to deploy standalone, or embedded Communications Security (COMSEC) devices to support the multiple systems and architectures that fall under, support and compliment the TCM N&S mission.


Specific TCM N&S Office responsibilities in support of the cryptographic discipline include, but are not limited to, providing engineering support for the following Department of Defense Information Network (DODIN) systems:


1) Warfighter Information Network - Tactical (WIN-T) with all increments;
2) SATCOM Systems
3) Bridge-to-Future Network;
4) Integrated System Control (ISYSCON);
5) Army Key Management System (AKMS);
6) Army Key Management Infrastructure (KMI);
7) Joint Network Management System (JNMS);
8) Defense Messaging Systems;
9) DoDIN Transport and Services capability area;
10) Integration of separate Networks into one Network;
11) Mission Command System Information Services (IS);
12) Army Data Utilization;
13) Key Management Information System;
14) Common Information Services migration to Network-provided IS;
15) Army Implementation of Global Information Grid (GIG) Enterprise Services;
16) Army Implementation of Department of Defense Information Network (DoDIN)
17) NetOps Systems; Initialization, Movement and Storage;
18) Public Key Infrastructure (PKI);
19) Common Operating Environment
20) Transport Convergence
21) Sharing of Information between Weapon's applications, sensors and devices as well as between Warfighters, intelligence sources, mission areas DODIN integration with Joint, strategic, interagency, multinational and commercial information systems.
22) Identity Access Management
23) Army Enterprise Network
24) Data Cloud and Service Architecture
25) Data Centers and Tactical Servers


This Sources Sought notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this Sources Sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 541330 (Engineering Services) with a size standard of $15 million.


A continuing need is anticipated for Network Operations NETOPS, Telecommunications Engineering, Information Services Analysis, and Information Assurance Analysis TCM N&S which is currently being fulfilled through current contract # W91249-16-C-0009. Attached is the draft Performance Work Statement (PWS).


In response to this Sources Sought, please provide a Corporate Capability Statement that includes the following:


1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including current small business 8(a) certification), and the corresponding NAICS code.


2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that may be pursued, if any.


3. Provide information in sufficient detail. Summarize experience tailored to the specifics of this effort outlined in the draft Performance Work Statement (PWS). Indicate whether you were a prime contractor or subcontractor for similar requirements. Include size, scope, complexity, timeframe, government or commercial and add pertinent certifications, etc. Any suggestions for innovative and new conceptual ideas to achieve the stated objective are encouraged.


4. The capability statement shall consist of electronic documents in a format readable and usable by Microsoft (MS) Word 2013 (12 point font), or in PDF format viewable with the standard Adobe Acrobat Reader. No zipped files will be accepted. Telephone requests will not be accepted or acknowledged, and no feedback will be provided to companies regarding their submissions.


5. Responses will be reviewed to identify the firms' capability to fulfill the Government's requirements. Any information submitted by respondents to this Sources Sought synopsis is voluntary.


6. Submission Instructions: Interested companies who consider themselves qualified to perform the services listed in the attached draft PWS and as stated in this Sources Sought notice are invited to submit a response to this Sources Sought Notice/RFI by 1:00 PM Eastern on 4 November, 2016. All responses under this Sources Sought Notice/RFI must be emailed to william.r.wright286.civ@mail.mil, or ricky.l.shannon2.civ@mail.mil, with the subject line TRADOC Capability Manager - Network Service (TCM N&S) Services Support Sources Sought.


7. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.


8. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, scott.d.kukes@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


9. Proprietary Data: All information submittals containing proprietary data must be appropriately marked. It is the respondent's responsibility to clearly define to the Government what is considered to be proprietary data.


Point of Contact(s): William R. Wright, 757-501-8126, or Rick L. Shannon, 757-501-8135.


William R. Wright, Contract Specialist, Phone 7575018126, Email william.r.wright286.civ@mail.mil - Ricky L. Shannon, Contracting Officer, Phone 7575018135, Email ricky.l.shannon2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP