SOURCES SOUGHT
R -- Information Systems Security Support Services - PWS
- Notice Date
- 9/5/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, AMIC DET 2, AMIC DET 2/PK, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
- ZIP Code
- 78243
- Solicitation Number
- FA703718R2000
- Point of Contact
- Todd S. Bales, Phone: 2109772823, Christopher T. Sutton, Phone: 2109776425
- E-Mail Address
-
todd.bales@us.af.mil, christopher.sutton.3@us.af.mil
(todd.bales@us.af.mil, christopher.sutton.3@us.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Draft Performance Work Statement INTRODUCTION This announcement constitutes a Request for Information (RFI) for industry comment. Please note this notice is NOT a Request for Quotations (RFQ). This RFI is in consideration of a potential solicitation for "Cyber Risk Management" at multiple locations throughout CONUS locations. DISCLAIMER This RFI is issued solely for information and planning purposes to obtain information related to general programmatic topics, price, delivery, product line capabilities analyses, and demographic/other market information. It does not constitute a solicitation or a promise to issue a solicitation in the future. Responses will be treated as information only and will not be used as a proposal. Any information provided by industry to the Government, as a result of this RFI, is strictly voluntary. Vendors will not be reimbursed for any cost related to this RFI. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and a future RFP. Evaluation results will not be provided to contractors responding to this notice. PURPOSE The Government is considering a contract which will provide cyberspace planning and operations for AF JWICS, ISR Security, and HQ 25AF enterprise services to enable Air Force global missions. The contractor will optimize the implementation of the RMF, ensuring the necessary plans, processes, procedures, and security measures are in-place and executable for AF ISR weapon systems, networks, and ancillary systems to attain and maintain Authorization. The work will be based out of JBSA Lackland AFB, TX. Ancillary sites at Langley AFB, Warner-Robbins AFB, Tyndall AFB and potentially other locations will require extended TDY durations. TDY travel at CONUS and OCONUS locations will also be part of the work. A set of similar Cyber Risk Management services is within the Small Business Administration's 8(a) program. Due to the current contract, and the structure of the 8(a) program, this RFI only seeks inputs from current 8(a) firms as part of this market research effort. The intent of this RFI is to locate potential sources for this requirement. The information obtained in this RFI will be used to build an acquisition strategy for Cyber Risk Management at various installations. All submission will be used for market intelligence purposes, will become the property of the Government and will not be returned. Please Note: A draft Performance Work Statement for Information Systems Security Support Services (IS 3 ), is attached for your review. Please, do NOT submit actual quotes, prices, marketing materials, or any other deliverables in your company's RFI response. DO NOT submit item prices or product information at this time. SUBMISSION INSTRUCTIONS All responses should be submitted via electronic email format to MSgt Christopher Sutton (christopher.sutton.3@us.af.mil) and Mr. Todd Bales (todd.bales@us.af.mil) NLT COB 21 September 2018. All emails submissions must be less than 5MB. If larger files are required please contact the aforementioned via email to set up an alternative submission method. The response shall include the capability statement, responses to the additional questions and comments on the draft PWS as specified below. A. CAPABILITY STATEMENT Interested companies responding to this sources sought notice must provide a capability statement demonstrating their experience, skills, and capabilities to fulfill the Governments requirement specified in this sources sought notice. Interested vendors may provide the following information: 1. Company / Organization Name 2. Point of Contact Position and Name. 3. Point of Contact email and phone number. 4. Company / Organization DUNS number. 5. Is your company registered and active in the System for Acquisition Management (SAM)? Note: Your company must be registered and current in SAM to be eligible for an award. 6. Company's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 7. Provide a Statement of Capabilities which demonstrates your company's / organization's ability to perform the requirements of the draft PWS. This statement may include previous experience performing similar projects. 8. Would your company sub-contact work in the performance of the draft PWS. If so, what percentage of work would your company perform as a Prime Contractor? 9. Is your company capable to provide this type of service at various locations throughout CONUS? 10. Company's capability to perform contracts with multiple locations and complexity and comparable work performed within the past 3 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 11. Other. Provide any other information about your company / organization that may demonstrate capability and / or interest in performing the draft PWS requirements. B. ADDITIONAL QUESTIONS 1. After review of the PWS, does your firm consider this requirement to be commercial or non-commercial? Please explain your rationale. 2. Does your firm have any concerns about staffing for the multiple locations indicated in the PWS? 3. Does your firm have any concerns about supplying services in which contractor personnel may have extended TDYs? 4. Does your firm place any value in being provided with the historical number of people provided by a contractor for a similar set of tasks? 5. What input from the Government apart from the PWS, would be required from the Government in order to make a successful proposal on this requirement. C. COMMENTS ON DRAFT PWS Please provide any comments/concerns/questions regarding the draft PWS. (End of RFI)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eb6c72e828bed598ef83922989e83a77)
- Place of Performance
- Address: Various CONUS Locations, United States
- Record
- SN05074583-W 20180907/180905231918-eb6c72e828bed598ef83922989e83a77 (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 |