Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2011 FBO #3444
SOURCES SOUGHT

D -- Sources Sought - US Army Communications Security Logistics Agency (USA CSLA), Information Technology and Customer Interface/Policy Services

Notice Date
4/28/2011
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
CECOM Contracting Center, Fort Huachuca (CECOM-CC), ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212, Fort Huachuca, AZ 85613-6000
 
ZIP Code
85613-6000
 
Solicitation Number
W9128Z-11-N-ITCIP
 
Response Due
5/3/2011
 
Archive Date
7/2/2011
 
Point of Contact
Cheryl M. Todd, 520-538-2926
 
E-Mail Address
CECOM Contracting Center, Fort Huachuca (CECOM-CC)
(cheryl.m.todd@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This action is for an FFP Bridge Contract vehicle, with a performance period of five (5) months, to serve in an intermediary capacity to allow continuance of mission critical Communications Security (COMSEC) and Information Assurance (IA) contract provided services under a contract with performance period to expire 30 May 2011. This Bridge contract will be in effect until the follow-on TO can be executed. This work falls under NAICS 541512. The U.S. Army Communications Security Logistics Activity (CSLA) has the mission of providing Communications Security (COMSEC) and Information Assurance (IA) support for the Department of Army and other assigned organizations in the Continental United States (CONUS) and Outside CONUS (OCONUS). In this role, CSLA: (1) serves as the COMSEC Commodity Manager; (2) directs the operations of the Army COMSEC Wholesale Logistics System; (3) serves as the Army's Functional Proponent for Central Procurement of COMSEC equipment and policy creation authority for Cryptographic Systems; (4) operates Common Tier 1 and serves as the Army's Functional Proponent for the Army Key Management System, and responds to Tier 2 questions; (5) manages the Army COMSEC Commodity Logistics Accounting and Information Management System; (6) conducts Army COMSEC New Equipment Training; (7) inspects, audits, and approves Army COMSEC Accounts throughout the world; (8) evaluates Controlled Cryptographic Incidents; and (9) serves as the principal Army POC with NSA for COMSEC logistics. In performance of these missions, CSLA has presence at multiple locations CONUS and OCONUS, generally supported by multiple information systems/networks operating at multiple levels of classification. The Government is seeking a potential source to assist in the continuance of processes currently in use. The scope of the Bridge Contract will cover four principle areas: 1. Information Technology (Logistics Readiness Programs): This program focuses on activities related to CSLA business processes and database management. The types of tasks for this function include database programming, systems administration, network administration and infrastructure upgrade, and information assurance support. This function requires automating of current business processes and integration with existing databases. Administration and maintenance will be performed on CSLA unclassified and classified networks and systems. For this function a TOP SECRET security clearance is required for those personnel assigned as administrators on classified networks, and SECRET security clearance is required for all other personnel at time of award. 2. Information Technology (Army Wide Information Assurance): This program focuses on activities related to gathering Army's COMSEC, INFOSEC, "IA" requirements. The contractor is responsible for analyzing new IA initiatives and emerging technologies and determining their correlation with current missions. For security reasons and per AR 25-1, use of the CSLA SBULAN Services Network requires Army Knowledge Online Single Sign-On (AKO-SSO) authentication prior to accessing any information that is of classification FOUO and below. A contractor shall support continued development, maintenance, documentation and management of the internet and interactive databases while providing Customer Support functions. The ISSP Customer Support Desk is the initial point-of-contact for technical functionality of the database within the COMSEC community. 3. Cryptographic Systems Support (EKMS/KMI Systems Management Branch: This program focuses on activities related to developing and executing unique, dynamic, and complex cryptographic systems to support its mission. CSLA is responsible for worldwide support to COMSEC accounts for generating, ordering, distributing, and managing COMSEC keys. Key Managmenet (KM) Synchronization and Collaboration is also a function of this program. Cryptographic modernization database programming, maintenance, and web development will be required. A security clearance of Top Secret is necessary to perform tasks for this program at time of award. SCI requirements are possible of this program. 4. Customer Interface/Policy: This program focuses on activities related to the Customer Support Center (CSC) which encompasses the Army EKMS Tier 2 Help Desk, and the Customer Support Team (CST). The Army EKMS Help Desk provides technical support related to COMSEC custodians, and is the single point-of-contact for technical functionality within the Army EKMS COMSEC user community. The CST is a single point-of-contact for all internal and external inquiries and maintains a customer support log and tracks all action items and suspenses. The following are is a sample list of troubleshooting and support a contractor may be required to provide: AKP, MGC, registration of KMI Operating Account (KOA) Manager, enroll KMI Manager Register KOA Agent, endorse Non-PDE Enabled KMI Aware Devices, Issue Cryptographic product, locally generate key, destroy cryptographic product. The contractor will be required to have a TOP SECRET facility clearance at time of award. All assigned personnel shall be cleared US Citizens in accordance with current Department of Defense (DoD) policy for access to classified systems, networks and facilities. Personnel in the following IA positions shall be Information Technology-1 (IT-1) certified: Systems Administrators (SA) and Network Administrators (NA) for infrastructure devices, Intrusion Detection Systems (IDS), routers; SAs and NAs for classified systems and devices with privileged-level access control, manage, or configure IA tolls or devices, individual Information Security, networks, devices, and enclaves. Qualified, interested sources are requested to provide a capability statement to include company name, address, telephone number, point of contact, company size (please specify as either Large, Foreign, Small, Small Disadvantaged,8(a), Woman-Owned Small Business, or Service-Disabled Small Business). Potential source must demonstrate capability to perform the following requirement areas and show appropriate certification levels. Please indicate in the capability statement that all required training for the systems mentioned have been achieved by personnel expected to fill this gap. This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The Government is not obligated to notify respondents of the results of this survey. Interested sources should submit their qualification data and requested information no later than 03 May 2011 by email to cheryl.m.todd@us.army.mil or deborah.doyle1@us.army.mil. Telephone responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b3f2a57a19dc7c9dbd0fdacd80d352db)
 
Place of Performance
Address: CECOM Contracting Center, Fort Huachuca (CECOM-CC) ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212 Fort Huachuca AZ
Zip Code: 85613-6000
 
Record
SN02435185-W 20110430/110428234118-b3f2a57a19dc7c9dbd0fdacd80d352db (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.