Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2010 FBO #3280
SOURCES SOUGHT

J -- IO/IA/IW & Cyber Security

Notice Date
11/15/2010
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Atlantic_MKTSVY_8C01E
 
Response Due
11/29/2010
 
Archive Date
12/14/2010
 
Point of Contact
Point of Contact - Timothy A Wiand, Contract Specialist, 843-218-5167
 
E-Mail Address
Contract Specialist
(timothy.wiand@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Space and Naval Warfare SystemsCenter, Atlantic (SSC-LANT) is soliciting information from potential Small Business (SB) sources to provide engineering support services to support IO/IA/IW operational requirements promulgated by the Chief of Naval Operations, Fleet Operational Commands, SPAWAR Systems Command, Military Health Systems (MHS), United States Marine Corps (USMC), Army and Navy Medicine, Veterans Administration, the U.S. Special Operations Command (USSOCOM), as well as other Department of Defense (DoD), Federal agencies including Department of Homeland Security (DHS). Technical responsibilities support U.S. tactical and strategic operations with the emphasis being Information Operations (IO), Information Assurance (IA) and Information Warfare (IW). Efforts require expertise in the full range of the IO/IA/IW disciplines, including, but not limited to, Cyber Network Operations, Cyber Network Security, Computer Network Defense (CND), Security Life Cycle Management, Identity Management, Public Key Infrastructure (PKI) Implementation and Engineering Support, Security Policy and Standards Guidance and Development, Navy and Marine Corps Intranet (NMCI) Operations and Management, Secure Wireless, Secure Network Infrastructure Systems and Applications, Governance, Certification and Accreditation, Risk Management, Security Engineering, Cryptographic Repair, Crypto Modernization, and Cross Domain solutions. Activities require the highly specialized expertise resident in an innovative, advanced technology organization that is not tied to a specific service or weapons platform and independent of major weapon system developers. SSC Atlantic also acts as the Executive Agent (EA) for Commander Space and Naval Warfare Systems Command (COMSPAWAR) in the management of the Navy Cryptographic Equipment Repair Program (CERP) and the management and execution of the TEMPEST Program that SSC Atlantic supports. The contractor is required to have a Facility Clearance at a higher than SECRET level and the ability to support SCI access with the capability to provide storage of classified material up to and including Secret material. The majority of personnel associated with this contract shall possess a SECRET clearance. Some of the individual task orders issued against this contract shall require personnel having higher clearance levels such as TOP SECRET or TOP SECRET with Single Scope Background Investigation (SSBI). At the Governments request, on a case-by case basis, Top Secret (TS) clearances that consist of a SSBI shall be eligible for access to Sensitive Compartmented Information (SCI). These programs/tasks include, as a minimum, contractor personnel having the appropriate clearances required for access to classified data as required. Prior to starting work on the task, contractor personnel shall have the required clearance granted by the Defense Industrial Security Clearance Office (DISCO) and shall comply with IT access authorization requirements. In addition, contractor personnel shall possess the appropriate IT level of access for the respective task and position assignment as required by DoDD 8500.1, Information Assurance and DoDI 8500.2, Information Assurance (IA) Implementation. The applicable NAICS code for this effort is 541330 with a size standard of $27M. The Government Estimate for this effort is $249M. This is a follow-on contract for the Small Business (SB) portion of the current IO/IA/IW Contract (N65236-08-D-6800), incumbent is WareOnEarth, Inc.. Parties who have the capability to perform the services described above and in the attached DRAFT Performance Work Statement are requested to submit capability statements, limited to not more than six (6) pages in length, single-spaced, 12 point font minimum and must address the following (1) Name, address, telephone number and email address of firm; (2) Size of business: average annual revenue for past three years and numbers of employees, Cage code, DUNS number, NAICS code; (3) Ownership: Large, Small, Small Disadvantaged, 8(a) and/or Woman- owned; (4) Number of years in business; (5) Technical capability; (6) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors ( if potential prime); (7) a list of customers covering the past 5 years, highlighting relevant work including a summary of work performed, contract number, contract type, dollar value for each customer referenced and customer point of contact with telephone number. A cost-plus-fixed-fee, indefinite quantity, indefinite delivery type contract with a base of one year with four one (1) year options is anticipated. The contract may also contain provisions for firm fixed price and fixed price incentive. The Government reserves the right to make multiple awards. Responses to this Sources Sought must be received not later than 2:00 p.m. 29 NOV 2010. Mailing address: Commanding Officer, ATTN: Timothy Wiand, Code 2.2.58TW PO Box 190022, North Charleston, SC 29419-9022. Information received will be considered solely for the purpose of evaluating the intent of this notice and explore contracting and subcontracting opportunities. Questions pertaining to this notice may be directed to Timothy Wiand, Contract Negotiator, at timothy.wiand@navy.mil, telephone 843-218-5167. THIS IS NEITHER A REQUEST FOR A FORMAL PROPOSAL OR A PRESOLICITATION NOTICE. This notice is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information. This synopsis is for informational and planning purposes only and does not constitute a commitment by the Government. The information provided herein is subject to change and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Unless otherwise stated herein, no additional written information is available, and no formal Request for Proposal (RFP) or other solicitation regarding this announcement is currently available. Requests for the same will be disregarded. If a solicitation is released, it will be synopsized in the FEDBIZOPS and the SPAWAR E- COMMERCE webpage: https://e- commerce.spawar.navy.mil. It is the potential offers responsibility to monitor these sites for the release of any solicitation or synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/SSC-Atlantic_MKTSVY_8C01E/listing.html)
 
Place of Performance
Address: 1 Innovation Drive, North Charleston South Carolina
Zip Code: 29419
 
Record
SN02327586-W 20101117/101115234203-6f86d5db6d9ab7712969cb6b1bd94db3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.