Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
DOCUMENT

R -- Certification and Accreditation Support Services - Attachment

Notice Date
2/4/2013
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018913R0028
 
Response Due
2/19/2013
 
Archive Date
3/6/2013
 
Point of Contact
Tara Dean 757-443-1977
 
Small Business Set-Aside
N/A
 
Description
Subject to FAR Clause 52.215-3, entitled Solicitation for Information and Planning Purposes, this announcement constitutes a Sources Sought for information and planning purposes to identify qualified and experienced sources for an anticipated single award, Indefinite Delivery/Indefinite Quantity type contract with Firm-Fixed Price provisions under NAICS code 541512 (Computer Systems Design Services) with a size standard of $25.5M. The Department of the Navy, Fleet Cyber Command (FCC), requires analytical and technical support services for the Navy Operational Designated Approval Authority (ODAA). Services shall include certification and accreditation (C&A) and related activities for systems, sites, networks, and applications. The period of performance for the anticipated contract is a twelve (12)-month base period and two (2), twelve (12)-month option periods. This announcement constitutes a sources sought synopsis for written information only. This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement. This sources sought notice is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The NAVSUP Fleet Logistics Center (FLC), Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide support services as detailed above and in the attached Performance Work Statement (PWS). Historically, the level of support for this requirement has been approximately 10-12 full time equivalents (FTE). Due to the 24/7 availability requirements of the Information Systems in support of Navy Enterprise customers across the globe, overtime may be required as well as significant surges in level of support required. Contractor personnel must be U.S. Citizens and fully trained/certified to baseline requirements to perform their Information Assurance (IA) duties. The policy defines IA workforce members as anyone with privileged information system access performing IA functions listed in Chapter 3 of DoD Directive 8570.1. The training, certification, and workforce management requirements of 8570.01-M apply to all members of the Department of Defense (DoD) IA workforce including military, civilians, local nationals, Non-appropriated fund (NAF) personnel, and contractors. As identified in the PWS, Contractor personnel must possess the applicable Top Secret (TS), Sensitive Compartmented Information (SCI) and non-SCI level clearances. Reponses to this Sources Sought request should reference N00189-13-R-ODAA240 and shall include the following information in this format: 1.Company name, address, point of contact name, phone number, fax number and email address. 2.Contractor and Government Entity (CAGE) Code. 3.If the items can be solicited from a GSA schedule, provide the GSA contract number. 4.Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 5.Capability statement detailing the contractor s ability to fulfill the facility requirements to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought and detail how these contracts are similar in scope, complexity, and magnitude to this requirement. 6.Include any other supporting documentation. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed ten (10) typewritten pages in no less than 12 font size. Responses should be emailed to Tara Dean at tara.dean@navy.mil by 9:00 AM EST on 19 December 2012. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Attachments: Attachment I Performance Work Statement (PWS) - Draft
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018913R0028/listing.html)
 
Document(s)
Attachment
 
File Name: N0018913R0028_PWS_ODAA_-_Sources_Sought.docx (https://www.neco.navy.mil/synopsis_file/N0018913R0028_PWS_ODAA_-_Sources_Sought.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018913R0028_PWS_ODAA_-_Sources_Sought.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02978939-W 20130206/130204234134-12da6b1a8a8c8698e6fc56f3c419b425 (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.