SPECIAL NOTICE
A -- REQUEST FOR INFORMATION (RFI) for Computer Network Information Protection and Threat Analysis Services
- Notice Date
- 2/3/2012
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX12T9999
- Archive Date
- 5/3/2012
- Point of Contact
- Tammy L. Wright, 301-394-0045
- E-Mail Address
-
ACC-APG - Adelphi
(tammy.l.wright1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) ONLY! This is not a request for proposal, but a survey to locate potential sources for planning purposes. No further information is available from the Contracts Division. This synopsis/RFI does not constitute an Invitation for Bids, Request for Proposals, nor a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited. The Government is not responsible for any cost incurred in furnishing this information. All information received in response to this notice that is marked "Proprietary" will be handled accordingly. Responses shall not include any classified material. Responses received to this notice will not be returned. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time for publication, is subject to revision, and is not binding upon the Government. Availability of any future formal solicitation will be announced under a separate Federal Business Opportunities announcement. A. Objective: The intent of this RFI is to determine if the action will be set aside for a socio-economic group. The primary North American Industrial Classification System (NAICS) code of 541712 will be used. It is the intent of the Government to use the information received from this RFI, as a method of market research for soliciting a Cost Plus Fixed Fee (CPFF) Term Contract for a period of performance of three (3) years, to a contractor who demonstrates their ability to meet the Government's security and technical requirements related to this effort. Based on this, interested contractors are asked to provide information on their small business status, provide technical approach, resumes, security clearances, and certifications of personnel in accordance with the specifications below. B. Specifications: General Background: The Army Research Laboratory (ARL) is interested in technology to contribute to its program in information protection and cyber defense. ARL's mission is to provide America's soldiers the technological capabilities necessary for tactical dominance. ARL's program in cyber defense is comprised of a multi-dimensional program that includes research and development, information protection and assurance, threat analysis, incident response, network certification and accreditation, and technical services supporting the 24X7 computer network monitoring services. This effort will require the contractor to have the following: 1. Top Secret facilities clearances, with the ability to access Sensitive Compartmentalized Information (SCI) 2. Personnel that maintain security clearances from Secret through Top Secret-SCI levels 3. Defense Contracting Audit Agency (DCAA) approved Accounting Systems, as well as Defense Contracting Management Agency (DCMA) approved rates for CPFF type contracts 4. Personnel with the following DoD Directive 8570 certifications as defined below: a. Security+ b. Certified Ethical Hacker (CEH) or Global Information Assurance Certification (GIAC) Certified Incident handler c. Computing Environment Certification; i.e. Microsoft Certified Systems Engineer (MCSE), Computer Hacking Forensic Investigator (CHFI), Certified Network Defense Architect (CNDA) 5. Personnel with a minimum of ten (10) years of experience in Information Protection/Information Assurance and a minimum of five (5) years of experience in Intrusion Detection Specific Areas of Interest: The Contractor shall provide evidence of their capabilities to demonstrate their expertise, experience, and a thorough understanding of the following areas: 1. Information Assurance Management a. Information Assurance Vulnerability Management (IAVM) polices, security plans; Security Technical Implementation Guide (STIG) implementation plans; DoD Information Assurance (DIA) Certification and Accreditation (C&A) Process (DIACAP) implementation plan (DIP); and application development/ Research & Development (R&D) security plans b. Network asset compliance with Department of Defense (DoD) mandates for authority to operate systems compliance with Information Assurance Vulnerability Alerts (IAVAs) c. Risk Management and Security Control Testing d. Defense Research and Engineering Network (DREN) authority to operate and connect e. Creating a cross-domain (Secure Internet Protocol Router Network (SIPRNET) - Non-Secure Internet Protocol Router Network (NIPRNET)) solution that can pass classified information from the classified side to the unclassified side and vice versa in accordance with security guidelines for handling of classified and unclassified information f. Management of compliance activities for Theater Network Operations and Security Center (TNOSC) orders and other DoD orders and suspense 2. Computer Network Monitoring Services a. Network scanning, threat analysis, and protect services for approximately 200 federal agencies and cleared defense contractors with 300 deployed sensors on a 24x7x365 basis b. Vulnerability analysis and assessment, Red Team Exercise support, Malware Notification and Protection, Information Operation Conditions (INFOCON) Compliance/Network Operations (NETOPS) Awareness c. Network Security Monitoring, Attack sensing and warning, Incident Reporting, Response and Awareness d. Network Topology Assessment e. Sensor deployment for new customers; i.e. federal agencies and cleared defense contractor facilities f. Developing new tools and techniques to characterize hostile activity and minimize system and network vulnerabilities and threats g. Developing innovative and improved methods to calculate threat values to signify the relative urgency of an alert h. Developing and maintaining a database that monitors all system configurations to ensure their compliance with established parameters for configuration and operation in accordance with certification and accreditation regulatory guidance i. Modifying existing cyber defense software code in response to newly identified threats and evolving technologies j. Creating software user interfaces to provide a fully functional view of monitored data such that analysis can be performed and reported for mitigation of the detected threat or anomaly k. Developing emergency coding and remediation l. Host Based Security System (HBSS) monitoring and response 3. Network Accreditation and Certification a. Identifying weaknesses in security posture and defining technologies that fill security gaps b. Designing systems and integrating security to preserve confidentiality, integrity, and availability 4. Responsive to changes in guidance and volume of services a. Demonstrated ability to respond to ever changing DoD regulatory guidance surrounding the execution of cyber defense programs affecting network connectivity. b. Demonstrated ability to expand operations as new sensors/customers are added to include experienced and certified analysts, systems engineers, and database developers FORMAT OF RESPONSES: The electronic copy of responses is to be in Microsoft Word 2003, Microsoft Word 2007 or Adobe Acrobat 9 compatible format using a size 12 font with one inch margins. Following a review of the responses received, ARL may elect to request additional information, or schedule one-on-one meetings with some respondents to gain additional information. A submission should include: 1. A cover page labeled with the heading "Computer Network Information Protection and Threat Analysis Services", including the submitter name and affiliation and address, technical point of contact, telephone number, and e-mail address. 2. No more than ten (10) pages total for the RFI response, that may include: a. Certification Levels of Employees b. Evidence of Top Secret facilities clearances, with the ability to access Sensitive Compartmentalized Information (SCI) c. Number of current personnel that maintain security clearances from Secret through Top Secret-SCI levels d. Evidence of their capabilities to demonstrate their expertise, experience, and thorough understanding of the areas of interest e. Past experience in Intrusion Detection Analysis, Information Protection techniques, Incident Reporting through various CERT Offices and current and future Cyber Defense technologies as demonstrated through previous contracts f. Past interactions with DoD Vulnerability Management System (VMS) and other DoD Cyber Defense CERTS g. Participation on DoD working groups in the Cyber Defense community h. Latest DCAA Audit Results for Accounting System, Direct and Indirect Rates i. Include your type of business (i.e. commercial, academia) and whether your organization is large or small based on the 500 employee size standard that accompanies NAICS code 541712 j. Resumes of Education and Experience of Employees; copies of the resumes may be added as an addendum to your submission and will not be counted toward your page count Responses to this RFI are due no later than 11:59 PM Eastern Time February 17, 2012. Submissions should be emailed to tammy.l.wright1.civ@mail.mil Questions concerning this RFI may be directed to Ms. Tammy Wright, 301-394-0045, tammy.l.wright1.civ@mail.mil or Mrs. Kathy Harrigan, 301-394-3690, kathy.a.harrigan2.civ@mail.mil. Please be advised that.zip and.exe files cannot be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/22fd3393dd5c5d41dd8ee95162c4a3c3)
- Record
- SN02667826-W 20120205/120203234937-22fd3393dd5c5d41dd8ee95162c4a3c3 (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 |