Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2011 FBO #3499
SOURCES SOUGHT

R -- information Operations Support Services

Notice Date
6/22/2011
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-11-R-0200
 
Archive Date
8/6/2011
 
Point of Contact
Theresa E. Booker, Phone: 2020401235, Trunita D Plummer, Phone: 202-404-7824
 
E-Mail Address
theresa.booker@afncr.af.mil, trunita.plummer@bolling.af.mil
(theresa.booker@afncr.af.mil, trunita.plummer@bolling.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Project Title: Information Operations Support Services 1 BACKGROUND 1 1.1 Organization and Information 1 1.2 Description of Specified Tasks and Requirements: 1 2 SERVICES SUMMARY 2 3 GOVERNMENT FURNISHED PROPERTY AND SERVICES 2 3.1 Government Responsibilities: 2 3.2 Government Furnished Equipment (GFE)/Government Furnished Information (GFI): 2 4 GENERAL INFORMATION 3 4.1 Security Requirements: 3 4.2 Place and Period of Performance 3 4.3 Travel 3 4.4 Personal Service 3 4.5 Deliverables: 3 4.6 Contract Administration Plan 4 Information Operations Support Services Performance Work Statement (PWS) 1 BACKGROUND 1.1 Organization and Information 1.1.1 Organization: Supported organization is Headquarters USAF, Deputy Chief of Staff Operations, Plans and Requirements (A3/5), Directorate of Cyber and Space Operations (A3Z), Directorate of Cyber Operations (A3Z-C), Information Operations (IO) Division (A3Z-CI), Pentagon, Washington, DC. 1.1.2 Mission: A3Z-CI is the lead for coordinating overall IO policy, doctrine, strategy, and investment priorities. 1.1.3 Background: IO Division (A3Z-CI) serves as A3Z-C's lead in matters of Military Information Supporting Operations (MISO), military deception (MILDEC), operations security (OPSEC), and special activities. 1.1.4 Objective: The contractor shall review, interpret, provide advice and action, as directed, on policies and taskings governing IO and any other related tasks or duties assigned to A3Z-CI. 1.1.5 Scope: To allow contractors to assess the scope of this effort, the following information is provided. Initially, this effort requires four positions to provide support to the A3Z-CI division. In time, this effort may grow to five positions. 1.2 DESCRIPTION OF SPECIFIED TASKS AND REQUIREMENTS: 1.2.1 Contractors shall review, interpret, provide advice and/or guidance and action as directed on policies and taskings governing Air Force IO. IO matters include, but are not limited to, OPSEC program, MISO, MILDEC, Air Force Computer Network Defense (CND), and Web Risk Assessment (WRA). The tasks to be performed by the contractor are: • Review, compile, and adjudicate Air Staff and other functional organizations' inputs on the Air Force IO and Network Operations Concept of Operations and provide the comments to the program manager. • Review, analyze, and compile inputs on OSD and Joint Staff MISO, MILDEC, OPSEC, CND and Web Security taskings. • Draft executive level correspondence, provide senior level briefings and be proactive in developing solutions to complex problems and challenges. • Provide oversight to Major Commands (MAJCOMS) regarding organization and training to carry out Air Component missions. • Review and provide comments on draft Air Force Web Management and Internet Use instruction to CND and OPSEC program managers. • Coordinates AF MISO Program recruiting, selection, training, deployments, and assignments. • Maintain and further develop existing AF MISO personnel database. • Assist Air Force OPSEC manager in developing policy for AF Web Risk Assessment and total force OPSEC training programs. • Meet with other functional staffs on the AF Public webpage and FOIA review process. • Attend meetings with and for program manager and other functional leads to discuss A3Z-C Information Security program concerns and provide subject matter expertise to the A3/5 rep to the AF Security Advisory Group. • Attend Cyber Security, Security Policy Review and Electronic System Security Assessment conferences relating to CND, WRA and OPSEC. • Coordinate with other AF functional offices in response to possible inappropriate information on contractors' web pages. • Offices/locations supported: o AF/A3Z-CI, Joint Base Anacostia Bolling, DC o AF/A3Z-CI, Peterson AFB, Colorado 2 SERVICES SUMMARY PERFORMANCE OBJECTIVE PERFORMANCE MEASURE Monthly Cost and Schedule Status Reports indicating contractors spend plan, monthly burn rate, and cumulative expenses to date for the effort. Contractor submits reports, monthly, on time 100% of the time, 95% accurate in IAW paragraph 4.5 and 4.6. Noted discrepancies must be fixed within 5 days of notification from the Contracting Officer's Representative (COR)/Quality Assurance Personnel (QAP). Quality Contractor provides sound, comprehensive, professional, and articulate analyses and recommendations in support of government decision-making. Responsiveness Contractor's responses are adaptable to the unique situation of each individual Call. Timeliness Contractor's responses support timely decision making 3 GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1 GOVERNMENT RESPONSIBILITIES: The Government will separately procure and install any computers, servers, and electronic equipment as required. 3.2 GOVERNMENT FURNISHED EQUIPMENT (GFE)/GOVERNMENT FURNISHED INFORMATION (GFI): The government will provide access to requisite program and technical information, as necessary, to carry out the requirements of this Statement of Objectives (SOO). The government will provide access to facilities, equipment, and technical information necessary for the performance of this task. Items will include office space, desk with chair, telephone, computer office software used by the program office, and access to electronic mail. In addition, the government will provide access to appropriate databases, to include passwords and account names as required for contractor personnel to perform the required tasks. 4 GENERAL INFORMATION 4.1 SECURITY REQUIREMENTS: 4.1.1 Clearances. The classification of tasks under this effort is TS/SCI/SAR. All documentation required for security certification shall be the responsibility of the contractor and the client organization. All personnel assigned to this effort must have a final TOP SECRET DCID 6/4 eligibility based upon a SSBI current within 5 years and be willing to submit to a CI polygraph. 4.1.2 Privacy Act. Work on this project requires personnel have access to privacy information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. 4.1.3 Release of Information to the Public: None is authorized. 4.1.4 Disclosure: This position will involve working with potentially proprietary information and other information of a sensitive nature. Contractor will be asked to sign a non-disclosure statement assuring the highest level of integrity and confidentiality. 4.2 PLACE AND PERIOD OF PERFORMANCE 4.2.1 Place of Performance: A3Z-CI, Joint Base Anacostia Bolling, Washington DC, A3Z-CI, Peterson AFB, CO. 4.2.2 Period of Performance: The contract shall be awarded for a one-year basic period with four one-year option. The basic period shall begin on or about 1 Sep 2011. 4.2.3 Hours of Work: On-site contractor personnel are expected to conform to customer agency normal operating hours. The normal duty hours are 7:30am to 4:30pm Weekends and overtime are at the discretion of the government. 4.3 TRAVEL Reimbursement of travel and travel-related expenses incurred in the performance of this Statement of Objectives is authorized. Reimbursement shall include travel costs, per diem reimbursement consistent with the Joint/Federal Travel Regulation, and reimbursement of general and administrative expense as appropriate. 4.4 PERSONAL SERVICE The requirements stated here are not being used to procure personal services prohibited by the Federal Acquisition Regulation (FAR) Part 37.104 titled "Personal services contract". 4.5 DELIVERABLES: All deliverables must meet professional standards and meet the requirements set forth in contractual documentation. The monthly activity report shall be delivered to the COR/QAP as described below. In addition to the monthly activity reports, the Contractor shall advise the COR/QAP when a potential or real problem appears as described below. All data deliverables provided under subsequent Calls without restrictions, no proprietary markings and will become the property of the Government. 4.5.1 Monthly Cost and Schedule Status Report The Contractor shall provide monthly Cost and Schedule Status Reports to identify the contractor's spend plan, monthly burn rate, and cumulative expenses to date for the subject task order. If the cumulative expenses are more than 10% higher than the projected expenses to date, the Contractor shall provide a complete analysis of the reasons for the variance, the corrective actions that will be taken, and the most likely estimate at completion (EAC) for the Call's current year. Reports must be submitted monthly with initial report 30 days after receipt of an authorized Call against this agreement. 4.5.2 Monthly Progress Report The Contractor shall summarize its efforts on the task order from the previous month and address any issues. Reports must be submitted monthly with initial report 30 days after receipt of an authorized Call against this agreement. 4.5.3 Data Deliverables The Contractor shall submit data deliverables to the COR/QAP or other government personnel identified by the COR/QAP. Contractor format is acceptable. Random reports as required by customer will be provided 30 days after notification to the contractor. 4.6 Contract Administration Plan The individual/position designated below as having responsibility should be contacted for any questions, clarifications or information regarding the function assigned. a. It is emphasized that only the Contracting Officer has the authority to modify the terms of the contract, including changes to price, quantity, quality, place of performance, and delivery. Therefore, under no circumstances will any understanding, agreement, modification, change order, or other matter deviating from the awarded terms and conditions, occurring between the contractor and any other person be effective or binding on the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-11-R-0200/listing.html)
 
Place of Performance
Address: 1101 Luke Street, Joint Base Anacostia Bolling, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN02479934-W 20110624/110622235439-bfe44b89ed1e82ad31eb3d5b0c2b0264 (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.