Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2012 FBO #4005
SPECIAL NOTICE

D -- National Cyber Range Follow-On Effort

Notice Date
11/9/2012
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, Florida, 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-13-R-0013
 
Archive Date
12/8/2012
 
Point of Contact
Graham K. Oliff, Phone: 4072083450, Jean M. Borowski, Phone: 4073804261
 
E-Mail Address
graham.k.oliff@us.army.mil, Jean.Borowski@us.army.mil
(graham.k.oliff@us.army.mil, Jean.Borowski@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Project Manager for Instrumentation, Targets & Threat Simulators (PM ITTS) has a requirement to provide continued operations and support of the National Cyber Range (NCR) effort. The NCR was originally developed by Defense Advanced Research Projects Agency (DARPA) and transitioned to the Office of the Secretary of Defense/Test Resources Management Center in 2012. The NCR is comprised of a series of custom configured Government and Lockheed Martin owned hardware and software housed in a specially architected Sensitive Compartmented Information Facility with appropriate security protocols to allow execution of missions through Top Secret/Special Access Programs (TS/SAP). The NCR emulates the public internet and other networks, and provides for the modeling of cyber attacks as well as the test and evaluation of cyber attack impacts upon that infrastructure with the ability to rapidly (in less than 1 day) reconfigure between events and to simultaneously execute parallel events at multiple security levels (unclassified through Top Secret) as required. This NCR follow-on is required to continue the work executed under prior contracts and tests to ensure that the Government maintains a consistent and repeatable modeling and testing environment that enables replication of past events and findings. PEO STRI/PM ITTS intends to award a five year (one base year and four option years) Cost-Plus-Fixed-Fee contract to Lockheed Martin to fulfill this requirement on or around June 1, 2013. The anticipated contract award dollar amount is $80M over five years. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1 “Only one responsible source and no other supplies or services will satisfy agency requirement”. The NCR custom made software is coupled and integrated with a custom configured set of computer and networking hardware. Any reconstruction of the NCR in the same or a different facility (even if established with the current equipment) would place the laboratory in a different electromagnetic environment with unknown effects on event repeatability and reproducibility. The NCR must remain in the same physical, virtual, and environmental (to include electromagnetic effects) configuration. Additionally, the techniques and procedures to execute NCR testing are specific to this hardware/software mix, and must be continued. The Government must also continue to obtain these highly specialized services from Lockheed Martin and the current NCR facility to avoid substantial duplication of cost not expected to be recovered through competition and result in an unacceptable delay in fulfilling agency requirements. This notice is provided to verify that no other sources can meet this requirement. Contractors who believe they are capable of meeting the program requirements should contact the Contract Specialist via electronic mail by 23 November 2012 @ 1200hrs. (Eastern) indicating their capabilities. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Capability statements should not exceed eight (8) pages (including the cover sheet, table of contents, etc). Contractors are advised that a determination by the Government not to compete this effort based on any responses to this notice is solely within the discretion of the Government. This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to determine whether other sources are available and capable to satisfy this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-13-R-0013/listing.html)
 
Place of Performance
Address: Lockheed Martin Corporation, 100 Global Innovation Circle, Orlando, Florida, 32825, United States
Zip Code: 32825
 
Record
SN02928888-W 20121111/121109234159-65a2b9fff52e45fbb77dfa572e0e9c57 (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.