Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOURCES SOUGHT

D -- Request for IT Infracstructure Security for the Indiana National Guard capability from potential bidders.

Notice Date
4/13/2012
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
USPFO for Indiana, 2002 South Holt Road, Indianapolis, IN 46241-4839
 
ZIP Code
46241-4839
 
Solicitation Number
W912L9-R-0027
 
Response Due
4/26/2012
 
Archive Date
6/25/2012
 
Point of Contact
brenda.simmons, 317 247-3154
 
E-Mail Address
USPFO for Indiana
(brenda.simmons@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
NOTICE NUMBER: W912L9-12-R-0027 TITLE: INFORMATION TECHNOLOGY INFRASTRUCTURE SECURITY This is a Service Disabled Veteran Owned Business Sources Sought notice (SS). This is NOT a solicitation for proposals, proposal abstracts, or quotation. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified Small Disadvantage, Historically Underutilized Business Zone, Service Disabled Veteran Owned Business or Women-Owned Small Business sources ; (2) whether there are Small Disadvantage, Historically Underutilized Business Zone, Service Disabled Veteran Owned Business or Women-Owned Small Business sources; and (3) their size classification relative to the North American Industry Classification System (NACIS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a Small Business under the applicable NAICS code should not submit a response to this notice. The NAICS code for this project is 541512 The Small Business size standard is $25.5M. The Indiana Army National Guard Information Technology Department is searching for sources that can provide technical guidance on the risks associated with network configurations, security/assurance services, business intelligence and data warehousing, cyber forensic, project design, implementation, execution and training. The contractor must have experience in tactical, non-tactical, Classified Secret, Top Secret and extensive experience in National Guard relational databases (i.e. SIDPERS, AFCOS, and RCAS). They must have experience with DoD Information Technology Security Certification Accreditation Process (DIACAP), and Department of Defense Information Assurance Risk Management Framework (DIARMF). Manage servers and workstations, and manage network infrastructure (routers, switches, concentrators, Intrusion Detection Systems (IDS), firewalls, etc.). Contractor must be well versed and able to develop software for Microsoft Operating Systems (Windows 7, Server 2003/2008) along with a proven expertise in Microsoft applications like Microsoft SharePoint 2010, Microsoft Office 2007/2010, Exchange 2003/2010, and Microsoft System Center Solutions. The company should have expertise in Cisco LAN Management Solution, Solar winds, What Up Gold, Microsoft Structured Query Language (SQL) Interface, Microsoft System Center Configuration Manager. BACKGROUND The INARNG understands the need to develop, implement and sustain a viable, secure, and highly accessible network. With over 65 locations spread throughout the state, with concentrations of employees in Indianapolis, Edinburgh (Camp Atterbury), and North Vernon (Muscatatuck Urban Training Complex (MUTC)) developing and maintaining programs and network systems is critical to our success. With our soldiers constant mobilizations we are in need of expertise to assist us with computer system design services, custom computer programming services, and other computer related services especially in the areas of information assurance and vulnerability assessment With the current vision for the Muscatatuck Urban Training Complex (MUTC) expanded capabilities, which include SECRET and TOP SECRET networks, the INARNG feels it needs outside expert assistance to both evaluate, and if necessary improve the security posture of the INARNG network. CAPABILITY STATEMENT/INFORMATION SOUGHT: Respondents must provide, as part of their responses, information concerning (a) staff experience, including their availability, experience, and training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capabilities; and (e) examples of prior completed Government contracts, references, and other related information. Interested qualified Service Disabled Veteran Owned Business organizations should submit a tailored capability statement for this requirement, not to exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice describes above. Statements should also include an indication of current certified Service Disabled Veteran Owned Business status; this indication should be clearly marked on the first page of your capability statement, as well as the eligible SDVOB concern's name, point of contact, address and DUNS number. INFORMATION SUBMISSION INSTRUCTIONS: All Capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Brenda Simmons, Contract Specialist, at brenda.simmons@ng.army.mil MS Word, or Adobe Portable Document Format (PDF), by 26 April 2012 at 1400 EST. All responses must be received by the specified due date and time. The purpose of the proposed acquisition is to identify qualified organizations that can provide support to the Indiana National Guard Information Technology Directorate. The organizations should have a proven track record in National Guard relational databases (i.e. SIDPERS, AFCOS, RCAS), understand the unique governance considerations of National Guard Information Technology networks and systems, have a strong background in information security, and have a proven track record for software development with concentrations in Microsoft SharePoint (2007/2010), Microsoft Operation systems, and Cisco networks. It is anticipated that multiple contracts will be established as a result of this solicitation. When the Government develops a requirement, a Statement of Work will be developed with enough information for the purpose of securing a quote for the work needed to be done. If there are funds available for the work to be accomplished through this contract, the contract will be awarded. The contractor is expected to function in a supportive technical role as well as performing the duties of a subject matter expert on the work being completed. This includes the actual coding and manual work needed to complete the project. PURPOSE AND OBJECTIVES: The award to be made pursuant to the RFP which will be issued in the near future will result in a Task Order Contract from the subsequent solicitation. One Task Order contract will be established and it is anticipated that multiple Delivery Orders will be established from this Task Order. When the Government solicits for a Task Order requirement, a Statement of Work will be provided and enough information for the purpose of soliciting proposals and selecting the most advantageous offer from among the most qualified. ANTICIPATED PERIOD OF PERFORMANCE: The anticipated period of performance for the subsequent proposed acquisition will be from June 2012 through June 2017; for a period of five (5) years. The contract will be awarded with a Base Year, plus four one-year Option Periods.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA12/W912L9-R-0027/listing.html)
 
Place of Performance
Address: USPFO for Indiana 2002 South Holt Road, Indianapolis IN
Zip Code: 46241-4839
 
Record
SN02722288-W 20120415/120413235636-a3848c47dfd7ae2bdbeeb0caafafaa78 (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.