SOURCES SOUGHT
99 -- Penetration Handling, Incident, System Health (PHISH) Support Services
- Notice Date
- 2/3/2020 8:37:27 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- IT CONTRACTING DIVISION - PL83 SCOTT AFB IL 62225 USA
- ZIP Code
- 62225
- Solicitation Number
- 832015948
- Response Due
- 2/17/2020 7:00:00 AM
- Archive Date
- 03/03/2020
- Point of Contact
- Crain, Ellen, Phone: 618-418-6679, Christine Jackson, Phone: 618-418-6612
- E-Mail Address
-
ellen.t.crain.civ@mail.mil, donna.c.jackson7.civ@mail.mil
(ellen.t.crain.civ@mail.mil, donna.c.jackson7.civ@mail.mil)
- Description
- SOURCES SOUGHT ANNOUNCEMENT Tracking Number:� 832015948 Penetration Handling, Incident, System Health (PHISH) Support Services � The Defense Information Systems Agency (DISA) is seeking sources for PHISH Support Services. CONTRACTING OFFICE ADDRESS:� � DISA, Defense Information Technology (IT) Contracting Organization (PL8331), 2300 East Drive, Scott Air Force Base, IL 62225-5406 � INTRODUCTION: � This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small and large businesses to provide the required products and/or services including the following subsets:� small disadvantaged businesses, certified 8(a), service-disabled veteran-owned small businesses, HUBZONE small businesses, and woman owned small businesses. Joint Services Provider (JSP) provides a full range of IT products, services, solutions, and customer support to the Office of the Secretary of Defense (OSD), the Chairman of the Joint Chiefs of Staff and the Joint Staff, the Director of Administration, the Pentagon Force Protection Agency, the Washington Headquarters Services, the Department of the Army, and other various OSD offices to meet their mission and business requirements.� JSP also provides advice and assistance to OSD and other senior managers to ensure that IT and information resources are managed in a manner that implements the policies and procedures of legislation and the priorities established by JSP and the Department of Defense (DoD). Consolidation of IT services for� OSD Component (4th Estate) Organizations in the Pentagon and National Capital Region (NCR) improves overall cyber security of the Pentagon IT operations, while yielding net IT savings for realignment to the warfighter.� JSP seeks to deliver responsive IT services and support to its customers in the most affordable manner possible.� As a centralized IT service provider, JSP can bring to bear the full capability of DoD to realize its vision, and JSP can �be the creative catalyst for solutions that guarantee mission success.�� To achieve this state, JSP applies the following five strategies to all of its business operations:� (1) Reduce Complexity; (2) Sustainment; (3) Rapid Provisioning; (4) Enable the Enterprise; and (5) Improve Security. Through the accomplishments of the defensive cyber operations program, JSP performs a wide variety of cybersecurity services and functions required to assure the operational, physical, and information security posture for DoD services within Continental United States (U.S.) and Outside Continental U.S., which includes Non-classified Internet Protocol Router Network, Secret Internet Protocol Router Network (SIPRNET) and SIPRNET Releasable, Internet Security Stack, other higher classifications, other standalone Special Access Program networks.� The contractor is a user of both the Management and Black Networks only and is not responsible for the management or security of these networks.� DISA JSP is seeking information for potential sources to fulfill the following functional areas: Program Management Program and Process Improvement Quality Control Tool Taxonomy End Point Security Network Security Incident Handling and Reporting Classified Spillage, Purging, and Compromised System Tracking, and Reporting Insider Threat Program � Additionally, JSP is looking to add Offensive Cyber Operations as a functional area. The potential timeframe for this effort is for a 12-month base period with four 12-month option periods from January 2, 2021, through January 1, 2025.� The primary place of performance will be in and around the NCR, 1155 Defense Pentagon, Washington DC 20301-1155.� Additional locations may include Ft. Meade, Hampton Roads, Raven Rock Mountain Complex, and Naval Station Guantanamo Bay.� Certain task areas may be performed at the contractor�s site. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number:� HC1028-19-F-6180� Contract Type:� Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), and Cost reimbursable (CR) for Travel and Other Direct Costs Incumbent and their size:� General Dynamics One Source, LLC; Large Business Method of previous acquisition:� Sole-source Period of Performance:� July 26, 2019 � February 28, 2021 REQUIRED CAPABILITIES: Describe your experience conducting offensive and defensive cyber operations to include assured compliance assessment solution, incident handling, threat reporting, and new and emerging threat situational awareness reporting. � Describe your experience providing offensive and defensive cyber operations in highly classified environments and providing 24/7 mission essential support. � Describe your experience providing program management for a mission essential program to include, strategies, regular deliverables, principles, best practices, and organizational structure. Describe your existing staffing levels for Top Secret (TS)/Secret Compartmented Information (SCI) positions.� Additionally, describe your strategy to recruit and retain employees with the required certifications to include TS/SCI employees.� Describe the industry best practice for certifications relevant to each task area. Describe the contract type (FFP, CPFF, CR, etc.) which best suites each task area. SPECIAL REQUIREMENTS: � All contractor personnel assigned to this contract shall be U.S. citizens, possess a final TS security clearance, and have final IT-II or IT-III eligibility before contract award.� Access to classified data/information up to and including TS with SCI may be required in support of this contract.� The contractor shall comply with the provisions of the DoD Industrial Security Manual for handling classified material and producing deliverables. SOURCES SOUGHT: � The anticipated North American Industry Classification System Code for this requirement is 541511 � Custom Computer Programming Services, with the corresponding size standard of $30M. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering.� Please outline how you envision your company�s areas of expertise, and those of any proposed JV/partner to be combined, to meet the specific requirements contained in this announcement.� In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (Federal Acquisition Regulation 52.219-14). SUBMISSION DETAILS: � Responses should include: Business name and address; Name of company representative, business title, telephone number, and email address Interest proposing as a Prime or Subcontractor; Type of small business; Commercial and Government Entity Code Current Facility Clearance Level Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, General Service Administration: OASIS, ALLIANT II, VETS, STARS II, NIH, NASA SEWP, Federal Supply Schedules (including applicable Special Item Numbers, or any other Government agency contract vehicle that allows for decentralized ordering (This information is for market research only and does not preclude your company from responding to this notice). � Vendors who wish to respond to this sources sought announcement should send responses via email no later than 9:00 a.m. Central Time on February 17, 2020, to Ellen T. Crain, ellen.t.crain.civ@mail.mil.� Interested businesses are requested to respond to this notice with a capabilities statement package addressing the specific questions� Submissions are not to exceed five single spaced, 12-point type with at least one-inch margins on 8 1/2� x 11� page size (all-inclusive with the exception of the title page and table of contents).� The response should not exceed a 5 MB e-mail limit for all items associated with the notice response.� Responses must specifically describe the contractor�s capability to meet the requirements outlined in this notice.� The capabilities package shall be company specific.� Oral communications are not permissible.� Sales brochures, videos, and other marketing information materials are not solicited and will not be reviewed.� Sam.gov will be the sole repository for all information related to this notice. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All Government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8f69967b3a3448ceadc59179e218df14/view)
- Place of Performance
- Address: Washington, DC 20301, USA
- Zip Code: 20301
- Country: USA
- Zip Code: 20301
- Record
- SN05550793-F 20200205/200203230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |