Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
SOURCES SOUGHT

D -- DISA PEO-MA/IA22 Sensor Systems Engineering, Integration, Fielding and Support

Notice Date
8/19/2009
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
IA22Sensor
 
Archive Date
9/12/2009
 
Point of Contact
Anne K Keller, Phone: 618-229-9504
 
E-Mail Address
anne.keller@disa.mil
(anne.keller@disa.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Contracting Office Address Defense Information Systems Agency (DISA), PL8311, Acquisition Directorate, DITCO-Scott, 2300 East Drive Bldg 3600, Scott AFB, IL, 62225-5406 1.0 DESCRIPTION: THIS IS A REQUEST FOR INFORMATION (RFI) FOR SOURCES SOUGHT IN SUPPORT OF THE SENSOR SYSTEMS ENGINEERING, INTEGRATION, FIELDING SUPPORT. THE TARGET AUDIENCE FOR THIS REQUEST FOR INFORMATION IS DISABLED -VETERAN OWNED SMALL BUSINESSES. 1.0 INTRODUCTION The Defense Information systems Agency (DISA), in support of the Department of Defense (DoD), is seeking responses from commercial vendors that can provide systems engineering, integration and fielding support. The purpose of this Request for Information (RFI) is to seek a qualified source for DISA's sensor engineering program with an authoritative knowledge of network security that will provide the experience and continuity necessary to maintain mission functions, strategic planning, and execution of the sensor grid engineering efforts already in process. It is of critical importance to the Government to maintain the schedule of activities and associated timelines for each of the key milestones without delay. A related key objective is to continue the engineering and maintenance functions of the web-enabled Information Assurance (IA) and Computer Network Defense (CND) Enterprise Solutions Steering Group (ESSG) enclave technology distribution program as well as the application by which key operators monitor the status of deployed monitoring technologies for IA and CND. Vendors are encouraged to leverage state-of-the-art commercial-off-the-self (COTS) and existing government-off-the-shelf (GOTS) products and services in order to shorten the development time and minimize the costs of full-scale development and deployment. The continued spiral development of the Information Assurance (IA)/Computer Network Defense (CND) Enterprise Collaborative Operational Sensor (ECOS) solution will provide the Tier I and Tier II CND personnel additional capabilities for the Situation Awareness of viewing the summarized status of IA anomalies on DoD networks and to provide customized views of that information to other Combatant Commands/ Services/Agencies management centers using web-centric and net-centric technologies in support of the overall Centaur Program. DISA is seeking information from industry on how best to engineer, integrate, field and support the next generation ECOS. The government will not pay for information received in response to the RFI. 1.2 HIGH-LEVEL CAPABILITIES The vendor must meet the following high-level capabilities: The vendor must have an authoritative knowledge on network sensor grid technologies and engineering in support of the DoD. The vendor must possess expert knowledge of policies and process related to network IA and CND implementation. The vendor must be actively engaged with the academic community with regards to network security engineering. The vendor must have in-depth technical knowledge required to support program implementation of the DoD Enterprise Sensor Grid Plan and associated situational awareness. The vendor must have the knowledge and skills associated with industry standards for Information Security and Information Assurance professionals. The vendor must possess a proven history of experience and knowledge necessary to continue development and enhance the web-based enclave level technology distribution program. The vendor will be required to illustrate results and provide presentations to the community and must have a strong background in design. The vendor must provide general systems engineering and administration support closely integrated with cutting-edge research and development capabilities. The vendor must be able to create training materials and provide in-depth technical CND training to the user community. •1.3 CAPABILITY REQUIREMENTS Vendors are asked to address the areas below. In an appendix, please d escribe examples of the company's experience with sensor grid technologies, such as engineering, integration, and fielding of systems in support of Computer Network Defense programs. Also explain the management and operational approach, requirements, processes, and any relevant lessons learned. Additionally, list major government and commercial clients for which you have prior relevant experience with sensor engineering support, integration, and fielding. •1. Sensor Monitoring Technology Integration, Fielding, and Transition: D emonstrate a thorough understanding of the goals associated with the evolutionary sensor transition effort, the timelines associated with each, and have the necessary proven experience associated with the chosen technologies for the targeted monitoring architecture. 2. Experience with Commercial off the Shelf (COTS) and Government off the Shelf (GOTS) open source sensor and collector technologies. •3. Major Program Support and Requirements: To ensure projects maintain DISA's published standards for engineering discipline, each of the major program systems must be thoroughly documented within each of their respective Systems Engineering Plans (SEP) and associated Requirements documents. •4. Certification and Accreditation (C&A) Support: To further DISA's greater goals for its adoption of the Defense Information Assurance Certification & Accreditation Process (DIACAP) and transition away from the Defense Information Technology System Certification and Accreditation Process (DITSCAP), PEO-MA requires the continuation of activities already underway to ensure its key systems arrive at full Authority to Operate (ATO) status. •5. Experience with providing both products and services to the commercial sector in this field. Demonstrate an understanding of industry best practices. •6. Sensor Program Management Support : Provide configuration control and baseline support using automated tools. •7. Provide an automated Help Desk and Alert support system that give a real-time picture (in a graphical user format) of the status for the worldwide sensor grid. •8. Experience with supporting, evaluating, and implementing new analytical techniques, including identifying and transferring approaches from research systems to an operational environment, evaluating COTS/GOTS systems and developing new analytical systems. •9. Demonstrate the ability to provide architectural techniques and metrics for evaluating the efficiency and coverage of Centaur sensors. Demonstrate the ability to develop advanced CND training and analytical material for use within the DoD for cross-vector identification and signature alerts. •10. Vendor must be able to provide the subject matter expertise in flow analysis, network profiling and analysis, and data integration into the over-all Centaur Program. •11. Enhance Platform Capabilities: In order for PEO-MA to maximize its investment in fielded technologies, the contractor will utilize key knowledge and experience regarding the emerging technical capabilities of the fielded platform and provide presentations, papers, etc. to communicate how to connect these capabilities with desired security related requirements to support the CND community at large and Centaur. The contractor will further develop key capability statements, as required, to support strategic placement decisions for the fielded platforms across both SIPRNet and NIPRNet infrastructures. •12. Mission Assurance Cell: Demonstrate the ability to provide technical support to a Mission Assurance Cell - a focused analysis & training team dedicated to ensuring mission assurance and efficiency across the operational user communities. Chief among the primary goals of this activity is to have the relevant experience and knowledge to develop a solid training curriculum, build use case applications, and basic TTPs of how to operate all of the component tools within the ECOS/Customer Data Center (CDC) suite as well as address some of the particulars that will be associated with the more focused "high value target" monitoring. •13. Training Program: The contractor will demonstrate the ability to provide training to students designated by the government. The instructor must have current knowledge the following subjects: •a. TCP/IP •b. Past experience analyzing and working with Netflow type data •c. SiLK specifics (server/data locations, availability, connection) •d. Basic knowledge of Traffic/DSCAPE0 •e. Unix scripting in a Linux environment (proficiency in BASH, AWK, PERL or Python languages is desirable) •14. Vendor's staff directly involved with this effort must possess Top Secret level clearances. 2.0 DISCLAIMER THIS RFI IS NOT A REQUEST FOR PROPOSAL (RFP) AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. RESPONSES WILL NOT BE CONSIDERED AS PROPOSALS NOR WILL ANY AWARD BE MADE AS A RESULT OF THIS SYNOPSIS. THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION RECEIVED IN RESPONSE TO THIS RFI. All information received in response to the RFI that is marked Proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned nor will the Government confirm receipt of the RFI response. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The Government will not pay for information received in response to the RFI. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512 (size standard $25M). Other consideration NAICS 541519 (size standard $25M). The government anticipates that this acquisition will be accomplished with a small business set-aside. Only Disabled -Veteran Owned Small Businesses are requested to provide responses to this RFI, in order to assist DISA in determining the potential levels of interest, competition and technical capability to provide the required services within the Small Business community. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract plan small business goal percentages. 3.0 SUBMISSION INSTRUCTIONS Responses should include the (1) business name and address; (2) name of company representative and their business title; (3) cost estimate for the technical services described above (broken out by base year and 4 option years); and (4) contract vehicles available that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA) Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. The responses should be in a white paper format, no longer than fifteen (15) pages in length. Address the capabilities posed in section 1.2 and 1.3, and add one (1) appendix that consists of at least two past performances to include Government points of contact describing the vendor's capabilities. Firms who wish to respond to this should send responses via email NLT Friday, 28 Aug 09, at 5:00 PM Eastern Daylight Time (EDT). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Interested vendors should forward their capabilities and other information to be considered to PEO_IANACQUISITION@disa.mil. 4. CONTACT INFORMATION All inquiries and questions related to this RFI should be sent to the following Point of Contact: Major Paul D. Avellino, 703-882-1354, paul.avellino@disa.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/IA22Sensor/listing.html)
 
Record
SN01917250-W 20090821/090819235746-f80c89e459ddf272874eaa3e8d5cdfd7 (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.