MODIFICATION
99 -- Sources Sought for Thin Client Solution
- Notice Date
- 3/23/2007
- Notice Type
- Modification
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, VA, 22060-6201, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- BIX070005594
- Response Due
- 4/6/2007
- Archive Date
- 4/21/2007
- Point of Contact
- Deonna Murrell, Contract Specialist, Phone 703-767-7894 , Fax 703-767-4246, - Brian Wilt, Contracting Officer, Phone (703) 767-3489, Fax (703) 767-4441,
- E-Mail Address
-
Deonna.Murrell@dtra.mil, brian.wilt@dtra.mil
- Description
- The Defense Threat Reduction Agency (DTRA) seeks information as to potential qualified small businesses and other sources with specific experience and expertise to provide for the design, engineering, fielding, testing, certification/accreditation, and operational support of an enterprise-level, Protection Level 5 (PL-5) multi-level security, thin client environment, including full system and user documentation. The system design shall allow for simultaneous access to multiple security enclaves (SBU, Secret, Top Secret and SCI) and provide the capability for sharing information across security enclaves. This is a SOURCES SOUGHT SYNOPSIS; there is no solicitation available at this time. No response will be provided to requests for a solicitation. THIS SOURCES SOUGHT SYNOPSIS IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. DTRA is a combat support and defense agency, charged with the vital national security mission of reducing the threat of weapons of mass destruction (WMD). DTRA is the principal source for the warfighter and other organizations to understand and plan against WMD threats. The agency supports the three pillars of the National Strategy to Combat Weapons of Mass Destruction: nonproliferation, counterproliferation, and consequence management. Moreover, DTRA has been recently designated to form and lead U.S. Strategic Command?s (USSTRATCOM) Center for Combating WMD in direct support of that command?s mission to integrate and synchronize DoD in combating WMD across the Doctrine, Organization, Training, Leadership, Materiel, Personnel, and Facilities (DOTLMPF) spectrum. In order to more efficiently support the various elements of DTRA's mission and to reduce IT support costs, the Office of the CIO (OCIO) is considering implementing a multi-level security solution to integrate four primary security domains, Unclassified, Collateral Secret, Collateral Top Secret, and Top Secret/SCI. Candidate solutions should provide for simultaneous access to multiple domains and enclaves via a single ultra-thin client workstation. Additionally, the candidate solution must be able to support and interface additional networks and enclaves within the above classification structure, such as, but not limited to, the Non-classified Internet Protocol Routable Network (NIPRNet), the Secret Internet Protocol Routable Network (SIPRNet), the Combined Enterprise Regional Information Exchange System (CENTRIX), Defense Research and Engineering Network (DREN), Combined Federated Battle Laboratories (CFBL) and the Joint Worldwide Intelligence Communications Systems (JWICS). Upon Final Operational Capability (FOC), the proposed solution shall provide the capability to transfer data (e.g. text, Microsoft office documents) across domains from low to high (i.e. from SBU to Secret, and from Secret to Top Secret/SCI) and support a releasing process to transfer information from high-to-low security domains. Candidate solutions shall be certified to be in compliance with PL-5 architecture requirements as detailed in the Director of Central Intelligence Directive 6/3 (DCID 6/3). Scope of Effort: The multi-level security thin client solution will be implemented at the Defense Threat Reduction Center (DTRC), located in the National Capitol Region on the Fort Belvoir Military Reservation. An enterprise-level implementation may require up to 2000 thin client workstations. Access to JWICS thin-client workstations shall be limited to SCIF areas. Plans for this effort include implementation of a PL-5 certified pilot system with Initial Operating Capability (IOC) in late calendar year 2007. Pending successful completion of the pilot phase, full implementation will begin to include migration across the entire enterprise and implementation of low to high information gateways. Final Operational Capability (FOC) is anticipated to occur late calendar year 2008. Notional tasks the source must be able to execute include: - Site survey to include discovery; - System design; - Purchase of required equipment, software and associated support licenses; - System testing; - System implementation; - Full certification and accreditation support to include management of Secret and Below Interoperability (SABI) and Top Secret and Below Interoperability (TSABI) processes; - User and administrator training; - On-site engineering and technical support (contract option following FOC); and, - Full system documentation to include configuration management, drawings, certification and accreditation documentation, and end-user and system administrator usage, configuration and configuration guides. Mandatory Requirements: Responsible sources should demonstrate: - Proven experience in design and fielding of PL-4 and PL-5 certified enterprise-wide multi-level security architectures similar in scope and complexity to the proposed effort; - IPv6 compliance status of potential solution; - Ability to integrate Common Access Card (CAC) authentication for authentication, encryption and non-repudiation; - Ability to provide proven security certification and accreditation support capabilities from cradle to grave (including: SABI and TSABI process management; DoD Information Technology Security Certification and Accreditation Process (DITSCAP)/ DoD Information Assurance Certification and Accreditation Process (DIACAP) accreditation process support and documentation; DoD Intelligence Information System (DODIIS) accreditation process support and documentation; and Cross Domain System Management Office coordination); - Mature project management, system engineering and design, configuration management, quality assurance and system support processes; - Intrinsic staffing resources sufficient to field a project similar in scope and complexity to the proposed effort, including personnel with all requisite security clearances and information assurance certifications in accordance with DoD Directive 8570.1; - Capability to provide on-site engineering support services during development and after system implementation; and, - Ability to deliver end-user and system administration training and support. DTRA's intent is to award a single award cost plus fixed fee contract. Any prospective small business awardee must perform 51% of the required effort. The performance period is anticipated to be from May 2007 through May 2009. On-site engineering and service support and training support may be included as contract options following FOC. This SOURCES SOUGHT SYNOPSIS is NOT a Request for Proposals (RFP); it is a market research tool being used to determine the availability, business size and existing contractual vehicles of qualified experienced sources prior to issuing an RFP. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SOURCES SOUGHT SYNOPSIS. Any information submitted by respondents as a result of this synopsis is strictly voluntary. This synopsis is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. The amount of information available for publication at this time is limited. Interested sources are requested to provide company literature and/or provide a capability summary not to exceed eight (8) pages in length describing their relevant corporate experience providing these types of services as identified above. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name, address, point of contact, phone number, and e-mail address. The following company information is further requested: Cage Code and facility clearance appropriate for above, DUNs Number and Business Size, etc. Provide information regarding existing contractual vehicles that may be used to obtain these services, e.g., GSA Schedule, existing DoD contracts, etc. All information submitted in response to this synopsis shall be received on or before 06 April 2007. Submit information by mail, fax or email to: Defense Threat Reduction Agency (BE-BCB), ATTN: Ms. Deonna Murrell, 8725 John J. Kingman Rd, MS 6201, Ft. Belvoir, VA 22060-6201. E-mail address: deonna.murrell@dtra.mil, fax number (703) 767-4246. THE SUBJECT FOR ALL EMAIL SUBMISSIONS MUST READ: SOURCES SOUGHT BIX070005594. Telephonic responses are not acceptable. All documentation shall become the property of the Government.
- Place of Performance
- Address: 8725 John J. Kingman Road, Fort Belvoir, VA
- Zip Code: 22060
- Country: UNITED STATES
- Zip Code: 22060
- Record
- SN01258403-W 20070325/070323223204 (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 |