SOURCES SOUGHT
70 -- System Assurance Acquisition Support Services Program - Package #1 - Package #2
- Notice Date
- 8/23/2011
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-11-Q-7457
- Archive Date
- 9/21/2011
- Point of Contact
- Todd E. Schack, Phone: 937-656-7450
- E-Mail Address
-
todd.schack@wpafb.af.mil
(todd.schack@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS SS_Synopsis Capabilities Matrix This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This Sources Sought Synopsis is conducted to identify potential sources capable of meeting the requirements for providing System Assurance Acquistion Support Services (SAASS) for ASC/ENAS. Please review, in this order, the Sources Sought Synopsis, the Performance Work Statement (PWS), and the Capabilities Matrix spreadsheet. The purpose of the Aeronautical Systems Center (ASC) Indefinite Delivery/Indefinite Quantity (IDIQ) PWS is to provide Advisory and Assistance Services (A&AS) for Platform Information Technology (PIT) System Assurance. A PIT system is a special purpose system which employs computing resources (i.e., hardware, firmware, and software) that are physically embedded in, dedicated to, or essential in real time to the mission performance. The SAASS Contractor, hereinafter referred to as the Contractor, shall provide PIT system assurance consisting of the following requirements: PIT Information Assurance (IA), PIT Certification &Accreditation (C&A), Develop and coordinate PIT determination Packages, Conduct PIT architecture and hardware software analysis, Apply PIT IA Risk Management Framework, Develop IATT/IATO and ATO approval packages, PIT cyber security testing of hardware and software, Support the PIT the Certifying Authority, Develop and coordinate PIT System Security Plans, Develop and coordinate Information Assurance Strategy (IAS), Conduct threat/vulnerability analysis, Conduct Site IA audits, Conduct Supply Chain Risk Management (SCRM) of PIT systems, Conduct hardware & software assurance assessments, Support anti-tamper assessment, Support cryptographic analysis, Support airworthiness certification, Support IA analysis for CNS/ATM. These activities produce the necessary analyses and supporting artifacts to support the issuance of the required system Interim/Authority to Operate (ATO) by the Aircraft PIT Designated Approving Authority (DAA). The Contractor may be required to access real time data during the performance of this effort. Any information, records, or data the Contractor may have access to may be unclassified sensitive. The Contractor shall not divulge any information about Government files, source selection activities and processes, or any other sensitive information to anyone who is not authorized to have access to such information. The Contractor shall observe and comply with all DoD, Air Force, and site security provisions in effect at the respective Government facilities. Contractor personnel are required to have the applicable security clearance for the type of information accessed and worked. All personnel requiring access to operational DoD and AF facilities, shall possess a SECRET clearance. Certain programs at ASC require TOP SECRET clearances, including TOP SECRET Sensitive Compartmentalized Information (SCI) and Special Access Programs (SAP). The Contractor providing support services for these specific programs, shall possess a TOP SECRET clearance; including SCI, if required and be capable of receiving access to SAP if required. The Contractor may be required to travel to various Air Force installations and Contractor facilities under this effort. Travel shall be approved by the Contracting Officer, delegated Task Order Division Contract Officer Representative (COR), or designated Government alternate up to the obligated value. Travel will be performed in accordance with the Joint Travel Regulation (JTR) and the Federal Acquisition Regulation (FAR). The Contractor shall certify that funds are available prior to requesting Government concurrence with travel and incurring any travel expenses. The Air Force anticipates utilizing a single-award IDIQ contract for this award. The Air Force anticipates the ordering period will be 31 JAN 2012 through 30 JAN 2015. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 12-Acquisition of Commercial Items and FAR Part 15-Contracting by Negotiation. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package. Interested contractors shall review, fill-in and return the attached Capabilities Matrix and may also submit a 4-8 page capabilities document. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or sub-contractor, whether it was in support of a Government or commercial contract and the scope of the experience. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to peter.hendricks@wpafb.af.mil and todd.schack@wpafb.af.mil. Statements should be submitted no later than 6 Sept 2011 1:00 PM E.T. The Government will endeavor to answer any questions interested parties may have. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal or an Invitation for Bid, nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. If you have any questions, you may contact Peter Hendricks and Todd Schack at peter.hendricks@wpafb.af.mil and todd.schack@wpafb.af.mil. See attached: 1. SS_Synopsis 2. PWS 3. Capabilities Matrix
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-11-Q-7457/listing.html)
- Record
- SN02545684-W 20110825/110823235755-75b8dda35691685488d691ae13711b2c (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 |