Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2016 FBO #5474
DOCUMENT

R -- Navy Authorizing Official DIACAP Certification and Accreditation (C and A) and Risk Management Framework (RMF) Assessment and Authorization (A and A) - Attachment

Notice Date
11/16/2016
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018917RCAAA
 
Response Due
12/8/2016
 
Archive Date
12/23/2016
 
Point of Contact
Thomas Armstrong, (757) 443-3115
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought for information and planning purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk ™s intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide contractor services in support of U. S. Fleet Cyber Command/U. S. Tenth Fleet Department Of Defense (DoD) Information Assurance Certification and Accreditation Process (DIACAP) Certification and Accreditation (C and A) responsibilities and functions and Risk Management Framework (RMF) Assessment and Authorization (A and A) responsibilities and functions. DIACAP C and A/RMF A and A activities, under the purview of the FLTCYBERCOM Authorizing Official (AO), assess Navy IT compliance with statutes, federal and DoD/Department of Navy (DoN) directives, policies, instructions and orders. This announcement constitutes a sources sought for written information only. This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. Anticipated NAICS Code: The NAICS Code for this requirement is 541519 with a small business size standard of $27.5M. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement. If it is determined to be in the best interest of the Government to utilize Seaport-E, then the applicable NAICS code and size standard will be 541330 “ Engineering Services and $38.5 million. Respondents should provide their business size in both potential NAICS codes. Similar work is currently being performed by Tetrad Digital Integrity under contract N00189-14-D-0001. Reponses to this Sources Sought request should reference N00189-17-R-CAAA and shall include the following information in this format: 1. Company name, address, point of contact name, phone number, fax number and email address. 2. Contractor and Government Entity (CAGE) Code. 3. If the services can be solicited from a GSA schedule, provide the GSA contract number. 4. If the services can be solicited from SeaPort, provide the contract number. 5. Size of business/category of small business - Large Business, Small Business, Small Disadvantaged, 8(a), HubZone, Woman-owned and/or Service Disabled Veteran-owned. 6. Capability statement displaying the contractor ™s ability to provide the services. A summary of past performance information may be included. If past performance information is provided, include only relevant past performance on the same/similar work within the last 5 years which was at least a year or more in duration. Also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. 7. The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. 8. Include any other supporting documentation desired. 9. Comments/suggestions on ways to improve the PWS are requested. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size. Responses should be emailed to Thomas Armstrong at mailto:thomas.armstrong@navy.milby 1300 EST on 08 December 2016. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Attachment: Navy Authorizing Official (NAO) Performance Work Statement (PWS) NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018917RCAAA/listing.html)
 
Document(s)
Attachment
 
File Name: N0018917RCAAA_NAO_PWS_Sources_Sought_Notice.docx (https://www.neco.navy.mil/synopsis_file/N0018917RCAAA_NAO_PWS_Sources_Sought_Notice.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018917RCAAA_NAO_PWS_Sources_Sought_Notice.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04329526-W 20161118/161116234559-98cfcbd3336d5752156a93271abf00f5 (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.