SOURCES SOUGHT
99 -- Defense Information Systems Agency (DISA)
- Notice Date
- 10/7/2010
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- MAC0014
- Archive Date
- 11/4/2010
- Point of Contact
- Mr. Seab Herron, Phone: 703-882-1534
- E-Mail Address
-
seab.herron@disa.mil
(seab.herron@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE: The Defense Information Systems Agency (DISA), Program Executive Office - Mission Assurance (PEO-MA), is conducting this Request for Information (RFI) as market research to determine sources with core competencies and demonstrated experience in contractor services to provide technical support for HBSS; specifically sources for support personnel to provide programmatic and technical support for DoD IA and CND implementation for HBSS deployment. HBSS is the DoD automated and standardized tool to provide host based security against both insider and external threats that are able to penetrate boundary defenses or enter through backdoors. The host security tool facilitates centralized management of all host related security products, to include; intrusion prevention and detection, buffer overflow protection, rogue systems detection, host compliance checking, and system asset base-lining in support of DoD INFOCON policy. The specific areas of focus are HBSS deployment, implementation, operations, functional testing, Tier 2 and 3 helpdesk, engineering, systems and application architecture, certification and accreditation, regional subject matter expert (SME) support, and tailored training support. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for HBSS contracts. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for interested parties to describe their technical capabilities and demonstrated experience with HBSS deployment, and technical support of deployed systems. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. TARGET AUDIENCE: Only small businesses are requested to respond to this RFI to assist DISA in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. Sources Sought: This Sources Sought synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Codes 541519 and 541512. In addition to Small Businesses, this synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable small businesses to provide the aforementioned service. Small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Please note that personnel with current DoD Top Secret clearance will be required at contract award. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS Codes 541519 and 541512 are requested to submit a response to via email to: PEO_IANACQUISITION@disa.mil, no later than (NLT) 5:00 PM Eastern Daylight Time (EDT). Late responses will not be considered. At this time, the government is not seeking responses from large business. The government knows that there are large businesses that can perform the work. Requested Information: Interested vendors are requested to submit a maximum 15 page statement of their knowledge and capabilities in the areas of Enterprise IT Policy and Planning, Integrated Solutions Management, Requirements Analysis, Training, Deployment and Operations Support in support of the DoD HBSS program office in order to perform the tasks as highlighted in the questions below. In all answers, relate your understanding of the problem to knowledge of as well as direct experience with the same or similar work. Be specific in the scope and size of the project and customer base. If a government customer, please include the customer name. Include specific technologies / hardware / software used, what networks(s) were involved, specific experience with HBSS operations and deployment, and any challenges encountered and how they were overcome. a) The DoD HBSS team provides technical and programmatic support to assist departments and agencies with all aspects of planning, engineering, fielding and operating HBSS. Our mission is to provide DoD customers in-depth technical knowledge required to support program implementation of the DoD HBSS and associated situational awareness programs. Our work supporting HBSS extends to varied operating systems, networks, hardware, applications and mobile devices used throughout DoD. Describe your engineering capability and experience in these areas. b) HBSS exists to support our DoD customers; therefore, customer support and outreach are top priorities. Our community collaboration consists of classroom and virtual training; Tier 2 and 3 helpdesk; direct support of deployed customers; and virtual DoD technical interchange meetings. Describe your capability and experience in these areas. c) The main focus of the HBSS team is engineering support to DoD customers. One area of engineering support is direct consultation to end users, system owners, system developers and help desk personnel for all issues concerning the use of HBSS. This can include a basic support for Tier 2 Helpdesk up to on-site support for implementation, configuration and operations to assist with designing the security architecture to accept HBSS. Please state your capability and experience with providing these services. d) HBSS engineering support also expands to evaluation and certification of commercial and GOTS products and interfacing with product sources to ensure that the products interface and support HBSS. When commercial products are not available to meet specific DoD enterprise needs, the HBSS team will develop tools to support requirements. Describe your capability and experience in these areas. e) The results of HBSS engineering work are communicated to our customers through information papers and quick reference guides. The information papers are often used to inform decision makers of technical issues, risks and recommendations. The reference guides are also used by System Administrators to implement recommended configuration of OS and applications. As a result, Technical writing skills at multiple audience levels are vital to communicating our work and protecting DoD networks. Describe your capability and experience in these areas. f) A substantial portion of the effort by the HBSS team is recommending enhancements to the HBSS infrastructure as well as testing emerging capabilities and integrating them into customers' operational environments. Please describe your capability and experience in these areas. g) The requirements of this effort include management and technical support for analysis recommendation and documentation of integration issues and approaches. This includes conducting management reviews to identify integration issues and problems such as architecture and policy compliance and engineering guideline compliance. Please describe your capability and experience in these areas. h) The HBSS team will examine functional, management and technical requirements and/or issues to provide effective solutions for integration efforts that include legal and regulator compliance, interoperability, common infrastructure services, open systems environment, security and standards. Please describe your capability and experience in these areas. i) Identifying the integration requirements for each target network infrastructure of the proposed HBSS solution is critical to its implementation. The strategy for integrating the proposed solution into the existing network without affecting normal users' activities is highly desirable. The involvement of the Contractor's technical support in the analysis of the target network, the integration requirements and the level of effort to support integration will be critical. Please describe your capability and experience in requirements identification, solution integration, and any unique qualifications in these areas. j) HBSS requires technical support to early operational assessments, operational testing and evaluation of other IT systems. Test and Evaluation tasks may involve analysis of program documents and test requirements, analysis of available test methods, interface analysis, simulation, modeling and simulation programs development and management, and actual hardware and software systems engineering. Additionally, this may require development of Requirements Traceability Matrix, and Trend Analysis Matrix. Describe your capability and experience with these capabilities. k) Describe your knowledge of training services required in support of HBSS; specifically experience in training all levels of IA managers, operators, maintainers and users to include development of alternative training scenarios, development of recommendations for appropriate training approaches to include centralized, regional, on-site, train-the-trainer, train-the-end-user; preparation of training plans; development of training curricula and materials. Include in this description any capability and experience in preparation of training materials, classrooms and schedules to include administration and conduct of training sessions on Government sites/Facilities as required. Please also describe capability and experience with ‘hands-on' and/or e-classroom items. l) Describe your knowledge, capability and experience of HBSS policy and standards. Describe a situation where in an implementation, you were faced with competing standards and the approach taken to mitigate the conflict. m) HBSS upgrades and associated modules require Certification and Accreditation; please describe your familiarity with ensuring compliance to operate in the DoD environment. Describe your capability and experience in this area. n) Describe your familiarity with Tier 2 and Tier 3 Helpdesk activities. Describe your capability to support HBSS Helpdesk and previous experience providing Helpdesk support. o) HBSS requires support in all aspects of installing, configuring and tuning to operate as an ‘enterprise wide solution'. This includes planning, controlling, overseeing and conducting successful installation, development and the conduct of initial training, conversion and acceptance testing of mitigation applications, requiring the conduct of site surveys, site planning, site installation, initial system file and table builds, data acquisition/conversion and installation testing. Please describe your capability and experience in these areas. p) Describe your experience managing the programmatic and functional activities of a contract to include task order management, schedules, invoicing, control progress and status reporting. Responses: Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Business Information Responses should include the: business name, address and date; name of company representative and their business title. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Technical Response (white paper format, no longer than fifteen (15) pages total in length) The response should address the capability questions posed above. For each capability, annotate whether your company would be performing the work and/or whether any portion of it would be subcontracted out to a large business. Response should include an appendix that consists of at least two recent (within the past three years or work that is on-going) and relevant experience (work similar in type, scope, and complexity) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Contract Vehicle (Limit response to 1 standard page including diagrams or references) Contract vehicles available that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA), NASA Solutions for Enterprise-Wide Procurement (SEWP), Federal Supply Schedules (FSS), or any other Government Agency-Wide Contract vehicle. Submission Instructions Firms who wish to respond to this should send responses via email NLT 20 Oct 2010 at 5:00 PM Eastern Daylight Time (EDT). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Interested vendors should forward their capabilities and other information to be considered to PEO_IANACQUISITION@disa.mil. Contact Information Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Point of Contact: Program Manager: Mr. Seab Herron Phone: 703-882-1534 E-mail: seab.herron@disa.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0014/listing.html)
- Record
- SN02307906-W 20101009/101007234151-b2ad1827a31347b06d7119388a8b0cce (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 |