SOURCES SOUGHT
D -- CISCO ISE MIGRATION - DRAFT PWS
- Notice Date
- 2/28/2018
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN-18-SS-CISCO-ISE
- Archive Date
- 3/23/2018
- Point of Contact
- Jeff Moore, Phone: 904-823-0550
- E-Mail Address
-
jeffrey.d.moore14.mil@mail.mil
(jeffrey.d.moore14.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT PWS This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (Hubzone, 8(a), small, small disadvantage, service disabled veteran owned small business, etc.) relative to NAICS 541519, Other Computer Related Services (size standard of $27.5 Million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FedBizOpps website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The Florida Army National Guard (FLARNG) is seeking potential sources and feedback capable of performing all functions associated with the migration from a current Access Control System (ACS) environment over to CISCO Identity Services Engine (ISE). The FLARNG has acquired the CISCO ISE equipment and software for use on the FLARNG military network. The FLARNG wishes to migrate their current ACS environment over to Cisco ISE as well as integrate dynamic authentication and authorization capabilities into their existing infrastructure, leveraging Cisco ISE. This project will migrate the current ACS environment, initially install ISE into the environment for 802.1x in a proof of concept capacity, test and document the use cases developed with the FLARNG, and perform informal training on the as-¬built system for preparation of the FLARNG to install into the production network. The vendor will also assist the FLARNG with a limited scope test rollout moving into production. For the wired network, up to 96 ports on up to 2 switches will be configured for authentication, authorization, and profiling. Period of Performance is thirty (30) days after date of order. Contractors with the expertise to successfully perform the requirements outlined in this notice are encouraged to submit a capability statement. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract and with their local SBA office. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. INSTRUCTIONS: 1. The information below provides a "Contractor Capability Survey" to allow you to document your company's capabilities in meeting these requirements. 2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. This sources sought inquiry is for all potential vendors. Questions relative to this market survey should be addressed via email to Jeff Moore, at Jeffrey.d.moore14.mil@mail.mil Part I. Sources Sought: Please provide the following business information for your firm in the following format: Vendor Name/ Cage Code/ Point of Contact: Socio-Economic Status/ GSA Contract # Capability [ABC, Inc] Cage:[1FAK4] Name:[John Smith] Phone: [(555)123-4567] Email: [john.smith@abcinc.com] URL: www.abcinc.com 1. [Small Business] 2. [8(a) Certified] 3. [SDVOSB] 4. [WOSB] 5. [GSA Contract # GS-XX-XXXXX] [Provides all required services with consistent superior past performance ratings.] Please also indicate: If your company has experience providing the services anticipated in the migration from an SCS to CISCO ISE environment. Whether your company has recent sales history to commercial companies. Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort. The acquisition strategy for this requirement has not been decided; however, the Florida Army National Guard is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Part II. Request for Information: If possible, please provide answers to the following questions. 1. Are there specific requirements in the documentation that has the effect of limiting competition among potential vendors? 2. Is there an alternate NAICS that you believe is more appropriate for this requirement? If so, what is the NAICS and why? 3. Is there anything in the PWS that has the effect of creating duplicative of unnecessary costs to the Government? Do you have any additional comments on the PWS? 4. Based on your experience, are the requested services commercial in nature as defined by FAR 2.101? If so, why, and are there established catalog or market prices for these services? CAPABILITIES PACKAGE: All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program (e.g. SDVOSB, EDWOSB, HUBZone, 8(a), etc.). Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Sources Sought - FLARNG Installation and Configuration of CISCO Identity Services Engine (ISE) Services." Attachments with files ending in.zip or.exe are not allowable and files will be stripped and deleted from any emails received by the Government. Ensure only.pdf,.doc(x), or.xls(x) documents are attached to your email. Additional company capability information is welcome, however responses are limited to 5 pages. Responses must be submitted electronically in a Microsoft Word or PDF compatible format to be received no later than 05:00 PM, EST, Thursday, 8 March 2018. Direct all questions concerning this acquisition to Jeff Moore at: Jeffrey.d.moore14.mil@mail.mil. Do not contact for information regarding acquisition strategy or regarding the potential solicitation posting date. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. A response to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-18-SS-CISCO-ISE/listing.html)
- Record
- SN04837520-W 20180302/180228231043-97298f1dac90fe1f222c7e9fbc45c0f3 (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 |