SOURCES SOUGHT
R -- National Cybersecurity Initiative - Telecommunications Services
- Notice Date
- 5/28/2010
- Notice Type
- Sources Sought
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- RFI-OPO-10-0001
- Archive Date
- 7/1/2010
- Point of Contact
- Robert Degnan, Phone: 202-447-5576
- E-Mail Address
-
robert.degnan@dhs.gov
(robert.degnan@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION - RFI-OPO-10-0001 TITLE: NCSD Subject Matter Expert (SME) Support for the Comprehensive National Cyber-Security Initiative (CNCI) Issuance Date: May 28, 2010 The Department of Homeland Security is seeking a qualified source in anticipation of a future requirement. The Department of Homeland Security invites all interested parties to submit a written response to this Request for Information (RFI). THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission; other than acknowledgment of receipt - IF a request for an acknowledgement is requested by the submitter. This RFI does not commit the Government to contract for any supply or service. DHS is not at this time seeking proposals. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government and will not be returned. 1.0 DESCRIPTION The Department of Homeland Security (DHS) National Cyber Security Division (NCSD) was created in June 2003 to work collaboratively with public, private, and international entities to secure cyberspace and America's cyber assets. The National Cybersecurity & Protection System (NCPS) is the hardware, software, and other components being procured to support the NCSD mission. The NCPS provides capabilities that support automated processes to collect, correlate, analyze, and share cybersecurity information across Federal Government networks. As the Federal Government becomes increasingly reliant on its information technology (IT) infrastructure and the vast amount of related data, both Congress and the President have articulated new, expansive requirements to meet the management of these challenges, especially those that are part of the Comprehensive National Cybersecurity Initiative (CNCI). In response to these requirements, NCSD is seeking to augment its current capabilities through the deployment of an advanced capability to protect IT critical infrastructure across Departments and Agencies (D&A). The advanced capability will leverage contracts with Internet and Commercial Network Service Providers to increase the forward deployed resources of the NCPS. This will allow greater visibility into Government networks and traffic within the backbone. DHS is soliciting information on vendor capabilities to provide subject matter expert (SMEs) in telecommunications (Voice over Internet Protocol), data communications and Internet Protocol (IP) engineering, architecture and network and system security, to support the overall engineering and deployment of the NCPS advanced capability. The support requires extensive experience with Internet Service Provider (ISP) operations including Internet Exchange Point (IXP) peering and peering policies, network architectures, network implementations, and network management for telecommunications networks with an emphasis on data communications. This requires knowledge of Federal Executive Branch telecommunications business practices to include distribution of.gov traffic by ISP vendor. This is not an RFI for products under Research and Development. 2.0 PURPOSE OF THIS RFI Through this RFI, DHS is seeking responses to determine the capability of the market to provide subject matter expert (SME) support to the engineering and deployment of the NCPS advanced capability. 3.0 CAPABILITY STATEMENT SUBMISSION Interested parties are requested to submit a Capability Statement addressing the following: 3.1 Vendor Capabilities (Four (4) page maximum) Define vendor capabilities and resources available to provide the following: • Subject matter experts (SMEs) in telecommunications (Voice over IP), data communications and IP engineering, architecture and network and system security. • Extensive experience with ISP operations including IXP peering and peering policies, network architectures, network implementations, and network management for telecommunications networks with an emphasis on data communications. • Expertise in ISP availability/redundancy/resilience engineering to include high availability network engineering, design and implementation and considerations for continuous operations capabilities • Expertise in ISP services, Quality of Service (QoS) specific to traffic types, and interface requirements. • Expertise in ISP and telecommunications router technology and product capabilities • Extensive experience in Internet work connectivity, policies, and relationships of carriers and service providers in the communications industry • Knowledge of Federal Executive Branch telecommunications business practices to include distribution of.gov traffic by ISP vendor. • Expert knowledge of network security service issues as delivered at Trusted Internet Connections (TIC) and Management Trusted Internet Protocol Service (MTIPS) sites • Expertise with Internet Peering Points from a technical perspective including routing protocols, autonomous systems numbers (ASNs), network management and network security. 3.2 Vendor Information - Security/ Size of Firm (One (1) page maximum) • Size of Firm under NAICS Code 541618, Telecommunications Management Consulting Services - length of time in business, average total revenue over the past three years, and total revenue for 2009 and estimated for 2010 • List of contracts over $100,000 within the past three (3) years under which the interested party has performed the same or similar work • Security - Vendor's ability to provide contractor personnel with TS/SCI security clearances and obtain DHS suitability • Location - Vendor's ability to support meetings in the Washington DC metro area 4.0 SUBMISSION INSTRUCTIONS Interested parties are required to address ALL of the points identified in 3.0 above. Only electronic submissions will be accepted. Electronic files larger than 5 MB shall be broken down into multiple files with no one file exceeding 5 MB. Each electronic submission shall include:  RFI number, RFI-OPO-10-0001, and "CNCI Capability Statement" in the Subject Line  If submission includes more than one electronic email, the file number and total files being submitted (e.g., File 1 of 4, File 2 of 4, etc.) in the Subject Line  In the body of the email, include a Point of Contact (POC), phone number and email address of the person to be contacted regarding any correspondence between the Government and the Vendor. This person should be a primary contact and capable of addressing questions or issues associated with the submission and content of the Capability Statement.  A brief summary of email content, Vendor name and firm's mailing address; and  The Capability Statement attachment. Capability Statements shall not exceed the number of pages stated in 3.0 for each topic, excluding Cover Page. All Capability Statements shall be submitted to Robert M. Degnan, Contracting Officer, at the following email address, CNCICapabilityStatement@dhs.gov NO LATER THAN COB, June 16, 2010. Capability Statement receipt time will be determined by the recorded time of receipt in the Contract Specialist's email box. In the event submissions include multiple electronic files, all files must be received in the electronic mail box by the due date specified above to be considered for capability evaluation. Questions regarding this RFI must be in writing and may be forwarded to Robert Degnan via email, Robert.degnan@dhs.gov. Include the words, "RFI Question" in the subject line of your email. The deadline for submitting questions is COB June 3, 2010. Please be advised that all submissions become the property of the Federal Government and will not be returned. Responses to this RFI will be evaluated by DHS technical experts. The Government may use selected support contractor personnel to assist in the evaluation. These support contractors will be bound by appropriate non-disclosure agreements to protect source selection
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RFI-OPO-10-0001/listing.html)
- Place of Performance
- Address: Washington DC area, United States
- Record
- SN02163987-W 20100530/100528235915-437d1a74ea877689c936eacc65d6cd1a (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 |