SOURCES SOUGHT
R -- Engineering Services for TRADOC Capability Manager - Network Service (TCM N&S)
- Notice Date
- 12/5/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- MICC - Fort Gordon, Directorate of Contracting, 419 B Street, Bldg 29718, 3rd Floor, Fort Gordon, GA 30905-5719
- ZIP Code
- 30905-5719
- Solicitation Number
- W91249-0001
- Response Due
- 12/19/2012
- Archive Date
- 2/3/2013
- Point of Contact
- Tara McAdoo, (706)791-1831
- E-Mail Address
-
MICC - Fort Gordon
(tara.mcadoo@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The NAICS Code for this requirement is 541330. The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the below: Fort Gordon has a requirement to identify and isolate functional requirements for current and future Army Expeditionary Network Operations (NetOps) procedures, processes and systems in support of the TRADOC Capability Manager - Network Service (TCM N&S). This contact will support the TCM N&S mission to enforce the analysis, design and implementation of assured information tools and services between U.S. Army elements. Provide assured and timely Net-centric voice, data and video services. Provide Network Management (NM) of communication, electromagnetic spectrum, computer-based information systems, elements of systems and service to include software application. Provide Information Assurance (IA) by ensuring the availability, integrity, identification, authentication, confidentiality, and non-repudiation of friendly information and information systems while denying adversaries access to the same. Provide Computer Network Defense (CND) by incorporating actions to protect, monitor, analyze, detect and respond to unauthorized activity within DoD information systems and computer networks Provide Information Dissemination Management (IDM) by providing the right information to the right person in the right format at the right place and time in accordance with the Commander's information dissemination policies. Provide NetOps services across the U.S. Army's strategic, operational and tactical boundaries in support of the Department of Defense's (DoD) full spectrum of war fighting, intelligence and business missions. Must be able to synchronize the requirements for quote mark HOW quote mark information is initialized, moved, stored and shared across the tactical Land Warrior Network (LWN). Support the development of all the U.S. Army's Training and Doctrine Command's (TRADOC) application, device, and system capability documents that require initialization, movement, storage and/or sharing of information across the tactical network. Must have detailed understanding, and where necessary - knowledge, in the cryptographic discipline. This cryptographic expertise will allow the determination and analysis of quote mark WHEN quote mark and quote mark HOW quote mark to deploy standalone or embedded Communications Security (COMSEC) devices to support the many systems and architectures which fall under, support and compliment the mission. Responsibilities in support of the cryptographic discipline include, but are not limited to, providing engineering support for LWN systems such as: a)Warfighter Information Network - Tactical (WIN-T) with all increments; b) Select SATCOM Systems c)Bridge-to-Future Network; d)Integrated System Control (ISYSCON); e)Army Key Management System (AKMS); f)Key Management Infrastructure (KMI); g)Joint Network Management System (JNMS); h)Defense Messaging Systems; i)Tactical tier of LWN Transport and Services capability area; j)Integration of separate Networks into one Network; k)Battle Command System Information Services (IS); l)Army Data Utilization; m)Future Combat System (FCS) IS; n)Common Information Services migration to Network-provided IS; o)Tactical Army Implementation of Global Information Grid (GIG) Enterprise Services; p)NetOps Systems; q)Initialization, Movement and Storage; r)Public Key Infrastructure (PKI); and, s)Sharing of Information between Weapon's applications, sensors and devices as well as between Warfighters, intelligence sources, mission areas tactical LWN integration with Joint, strategic, interagency, multinational and commercial information systems. The contractor must be able to complete the following tasks: Execute Requirements Determination of Content Strategy (CS)/IDM Procedures for Overseas Contingency Operation (OCO) Initiatives. Execute NetOps Requirements Determination for Signal Force Requirement Execute NetOps Requirements Determination for USASCoE in support of TCM N&S Prepare, Review, Coordinate and Integrate NetOps Capabilities Into Joint Capabilities Integration and Development Systems (JCIDS) documents. Provide Direct Support to TCM N&S to Ensure Validation of Signal Soldier Training Issues During WIN-T Assemblage Testing. Provide Direct Support to TCM N&S to Perform Analysis of Tactical and Strategic NetOps Requirements for Baseline Systems, Technologies and Programs Under TCM N&S Charter. Provide Telecommunications Engineering and Information Assurance Analysis Support Develop Operational Mission Threads IAW the U.S. Army Software Blocking Policy. Provide Support to Network Integration Evaluation (NIE) Events. Participate in Working Group Meetings and Program Reviews. Provide Training Analysis and Interactive Multimedia Instructional Support. The Government anticipates the tasks and deliverables defined within this source sought will require forty seven and a half (47.5) in the following labor categories: (6) Information Assurance Engineers (three with Top Secret Security Clearance and three with Secret Security Clearance), (5) Information Assurance Network Specialist (one with Top Secret Security Clearance and four with Secret Security Clearance), (2) Senior System Architect (two Secret Security Clearance), (7) Network Systems Engineer (one Top Secret Security Clearance and five Secret Security Clearance ), (11) Network Systems Analyst (one Top Secret Security Clearance and 11 Secret Security Clearance ), (4) SATCOM Systems Analyst (four Top Secret Security Clearance ), (4) SATCOM Systems Engineers (three Top Secret Security Clearance and one Secret Security Clearance), (2) Scientific Subject Matter Specialist (one Top Secret Security Clearance and two Secret Security Clearance), (3) Subject Matter Expert - Level 1(Secret Security Clearance ), (2) Systems Engineer/Technical Writer (Secret Security Clearance ), (1) Systems Engineer(Secret Security Clearance ), (1) Threat Analyst (Secret Security Clearance ), and a part-time (1) Program Manager (Top Secret Security Clearance). Period of Performance shall consist of a 12 month base year plus 2 option years beginning 17 June 2013. Potential offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall not exceed five (5) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc.); and 4) Familiarity and knowledge of the requirement. Responses are due no later than 1300 EST, Wednesday, 19 December 2012, and shall be electronically submitted to Tara L. McAdoo at tara.l.mcadoo.civ@mail.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4366681965d44c93ab9b3629436a3e05)
- Place of Performance
- Address: MICC - Fort Gordon Directorate of Contracting, 419 B Street, Bldg 29718, 3rd Floor Fort Gordon GA
- Zip Code: 30905-5719
- Zip Code: 30905-5719
- Record
- SN02943326-W 20121207/121205234609-4366681965d44c93ab9b3629436a3e05 (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 |