SOURCES SOUGHT
R -- Mapping the Airforce Network - Request for Information
- Notice Date
- 4/28/2010
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 38 CEG/PK, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
- ZIP Code
- 73145-2713
- Solicitation Number
- FA8773-10-R-6012
- Archive Date
- 5/28/2010
- Point of Contact
- Donna J Williams, Phone: 405-582-1222, Tommie D Rushing, Phone: 405-734-7364
- E-Mail Address
-
donna.williams@tinker.af.mil, tommie.rushing@tinker.af.mil
(donna.williams@tinker.af.mil, tommie.rushing@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION 1. The purpose of this Request for Information is to acquire information regarding contractor's capability to analyze current AF mapping methods and governance, deliver a design, supporting policy and procedural changes and an implementation plan, including time requirements and associated costs, capable of creating a more "self-aware" NIPRNet and SIPRNet for the Air Force. The policy changes and design will assist the Air Force in mapping existing and new network infrastructure, managing those assets, identifying and tracking incidents impacting those networks and implementing changes. For the purposes of this Request self-aware is defined as the ability to analyze, identify shortfalls, determine root-causes, suggest changes, and document configuration change results. The final design will utilize an automated toolset that will be capable of delivering a real-time User Defined Operational Picture (UDOP) to all Cyberspace Operators. OPERATING ENVIRONMENT: NIPRNet and SIPRNet ADDITIONAL TOOL(S): EMC Smarts/Ionix and IBM NetCool 2. This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541512. The size standard for NAICS 541512 is $25M. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e, annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. In addition, request Contractor provide a list of any other IDIQ vehicles and/or NAICs they feel are applicable. Contractor shall specify your business size status for each NAIC in your response. Also, provide an established contract vehicle, if known, by name, contract number, and administering office/address. 3. THIS IS A REQUEST FOR INFORMATION ONLY. There is no obligation on the part of the Government to issue a request for proposal as a result of this RFI. 38CEG will not pay respondents for information provided in response to this RFI. This RFI is part of a Government market research effort to determine industry capabilities to provide services for similar or like systems in the following areas. Address your capabilities to accomplish the referenced tasks and provide highlights of successful past experience on similar government or commercial contracts within the past five years. Provide the government contract number and the name and contact information for the government point of contact (POC). a. Accurately mapped multiple, large, geospatially separated networks using an automated mapping software suite. (250,000+ nodes) b. Ensure enterprise network is operational 99% of the time during normal duty hours, excluding scheduled maintenance down-times. c. Accurately track current infrastructure configurations, change requests, configuration changes, security vulnerabilities and remediations, and asset's life-cycle. d. Ensure network routers/switches and system servers were monitored, patched, and upgraded according to DoD and AF regulations. e. Manage and resolve incidents and vulnerabilities using an approved incident tracking system. f. Maintain or improve the architecture strategy as prescribed by the Program Office. g. Conduct an analysis of current owned and deployed network monitoring and management tools and document gaps/findings. h. Develop and deliver a report documenting recommend optimizations and enhancements for existing tool sets i. Developing and implementing network operational procedures, policies, and governance. j. Develop and implement a standard training plan for management and maintenance of a similar system k. Provide initial and reoccurring training to multiple, geospatially separated units l. Develop and deliver an Integrated Master Schedule in Microsoft Project that identifies the actions, resources, and time required to implement a design on time and within budget (+/- 10%) m. Develop and deliver a resource and funding documents n. Appropriately handle currently classified or newly created classified material/reports according to DoD and AF policies and regulations. o. All products and documents produced by the Contractor in support of this contract are the property of the Government. Any use of these products and documents by the Contractor shall require prior Government approval. 4. Please provide your response electronically on no more than ten single-sided, single-spaced pages using 12¬point, Times New Roman font, and minimum one-inch margins, in Microsoft Word format. Questions to this RFI are requested by close of business on 6 May 2010. Submit RFI by close date 13 May 2010. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. All RFI responses and, correspondence related to this matter should be ' e-mailed (preferred), or mailed to: AFSPC 38 CEG/PKE (Attn: Ms Donna Williams and Mr Tommie Rushing) Bldg 4064 Hilltop Rd. Tinker AFB OK 73145-2713 donna.williams@tinker.af.mil (405) 582-1222; tommie.rushing@tinker.af.mil (405) 734-7364. Contracting Office Address: 4064 Hilltop Road Tinker AFB, Oklahoma 73145-2713 United States Primary Point of Contact: Donna Williams Phone: (405) 582-1222 Fax: (405) 734-4817 Secondary Point of Contact: Tommie D Rushing, Chief, Enterprise Services Branch tommie.rushing@tinker.af.mil Phone: 405-734-7364
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/15126a37140dfb5e7d13f9eee4e3b982)
- Record
- SN02134643-W 20100430/100428235117-15126a37140dfb5e7d13f9eee4e3b982 (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 |