SOURCES SOUGHT
D -- Computer Network Defense support
- Notice Date
- 6/13/2003
- Notice Type
- Sources Sought
- Contracting Office
- Other Defense Agencies, National Imagery and Mapping Agency, Washington Contracting Center (ACW), Attn: ACW Mail Stop D-6 4600 Sangamore Road, Bethesda, MD, 20816-5003
- ZIP Code
- 20816-5003
- Solicitation Number
- Reference-Number-NMA10003Q0003
- Response Due
- 6/27/2003
- Archive Date
- 7/12/2003
- Point of Contact
- Michael L., Contract Specialist, Phone (301) 227-7816, Fax (301) 227-1461, - Michael L., Contract Specialist, Phone (301) 227-7816, Fax (301) 227-1461,
- E-Mail Address
-
levym@nima.mil, levym@nima.mil
- Description
- This document serves as a Request for Information (RFI) to the contractor community. Responses to this notice will be evaluated as part of market research to identify the best-qualified sources that demonstrate the greatest depth and breadth of skills, experience, and knowledge relevant to the mission, goals, and objectives of Computer Network Defense (CND). This RFI does not obligate the Government to reimburse any cost associated with the preparation and/or submission of this information. Nor does this notice guarantee the Government will issue a Request for Proposal (RFP) or award a contract. The anticipated scope of work requires the awardee to monitor network services performed by current operations and maintenance contractors. In order to avoid a conflict of interest, to be considered for this procurement activity the potential awardee shall not now nor in the future be the prime contractor or substantial sub-contractor for any major NIMA operations or maintenance network service contracts. However contractor teaming is permitted. In addition, potential offerors must have TK/SCI and counter-intelligence polygraph cleared personnel available immediately upon contract award, have significant experience in CND within the DoD or Intelligence Community, and have no foreign ownership or controlling interests. CND provides perimeter defense, intrusion detection, and implementation of Information Assurance Vulnerability Alert mandates for unclassified, secret, and SCI networks. Support is provided to numerous NIMA sites found in the Washington metro area, St. Louis and various external deployment locations. CND functions include: perimeter defense Firewall, Virtual Private Network (VPN), and Challenge Handshake Authentication Protocol (CHAP), routers); anti-virus; intrusion detection; vulnerability assessment; information system security and Public Key Infrastructure (PKI). The contractor will be responsible for: recommending architectures, software and hardware; implementing the government approved solution; and performing operations and maintenance of the CND program. The contractor will be required to make regular formal reports and/or briefings detailing status and accomplishments in the various CND functional areas. CND duties include, but are not limited to: deploy, operate, maintain, and monitor and harden NIMA?s perimeter defenses on all classified and unclassified networks; deploy, operate, maintain, monitor, and harden NIMA?s intrusion detection capability on all classified and unclassified networks; deploy, operate, maintain, monitor and harden NIMA?s Domain Name Servers on all classified and unclassified networks; work closely with engineering and operations for the installation and configuration management of CND devices on NIMA networks; perform software and hardware vulnerability scans on all classified and unclassified networks and systems; manage, perform and monitor the enterprise anti-virus program; provide assistance and guidance in the development of system and network security plans; manage, perform, and monitor the system and network audit log reviews for all networks and systems; report anomalous activity in an audit log immediately to the government manager; perform network and system security plan compliance testing; report noncompliance with system and network security plans immediately to the government manager; perform software, hardware, and configuration vulnerability scans on all NIMA systems and networks; work closely with NIMA?s security office in the development, implementation, and management of NIMA?s system security program; manage, perform, and monitor the removable media access control program on all NIMA systems and networks; support the Information Assurance Vulnerability Alert (IAVA) and Information Condition programs; develop, manage, and maintain NIMA?s information systems security officer professional development program; provide as needed incident response support for, hacker attacks, cyber-terrorist attacks, and virus, worm, Trojan horse, and other malicious code incidents; develop, install, manage, and maintain the PKI infrastructure on all NIMA networks and systems; write various documentation of practices, policies, requirements, training, Standard Operating Procedures, and configuration management processes; represent NIMA at meetings, conferences, and seminars as directed by the Government manager; respond to NIMA, DoD, and Intelligence Community requirements as directed by the Government manager; provide technical support to the other branches of Mission Assurance. The type of contract contemplated is a Time & Materials contract with a base year and three 12-month option periods. Vendors interested are encouraged to provide a written capabilities summary of experience in regards to the above that will include responses to the following. 1. Although it is anticipated that the majority of the work will be done at a Government facility, describe any contractor facility both classified and unclassified that would be available to support the anticipated scope of work. 2. Indicate if your organization has a DCAA approved accounting system. 3. Describe recent relevant corporate experience and explain why it is relevant to the anticipated scope of work. 4. Describe your organization?s specific experience in developing, operating, and maintaining: perimeter defense; anti-virus; intrusion detection; vulnerability assessment; information system security; and public key infrastructure. 5. Identify if your organization currently has a GSA contract in place that provides for the above effort. 6. Identify the size classification of you organization. 7. Based on the scope of work identified, vendors may recommend an alternative contract type. Responses to this RFI shall be received no later than 1400 eastern daylight time, 27 June 2003. All responses are limited to no more than 10 pages (one sided), including supporting appendices. A page is defined as an 8? x 11 inch sheet with information contained within an image area of 7 x 9 inches. Type size shall be 12-point proportional font. Information shall be submitted in either MS Word (Office 2000 or later), or Adobe Acrobat Exchange (*.pdf) format.
- Place of Performance
- Address: Multiple NIMA locations
- Country: U.S.
- Country: U.S.
- Record
- SN00347684-W 20030615/030613214227 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |