Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2017 FBO #5858
SOURCES SOUGHT

D -- USCG C4ITSC TEMPEST SERVICES

Notice Date
12/5/2017
 
Notice Type
Sources Sought
 
NAICS
#541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
70Z07918ITEMPEST
 
Archive Date
1/4/2018
 
Point of Contact
Cherish D Driver, Phone: 703-313-5072
 
E-Mail Address
cherish.d.driver@uscg.mil
(cherish.d.driver@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS *NOT* A REQUEST FOR PROPOSALS, REQUEST FOR QUOTATIONS, OR INVITATION TO BID NOTICE, but is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of capability to perform the anticipated work as a Prime Contractor/Service Provider only; this work will not be sub-contracted out to a large or small business concern. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information. While a future Request for Proposal is anticipated, it is not guaranteed. The U.S. Coast Guard (USCG) is seeking small and large business sources that are capable of providing all necessary services as the Prime Contractor/Service Provider only to provide the Command, Control and Communications Center (CT-R-CSS), formerly the Command, Control, Communication and Computers Information Technology (C4IT) Information Assurance Division (IAD), Secure Communications Branch (SCB) with C3CEN the necessary service support to assist the United States Coast Guard (USCG) C4IT in the area of Coast Guard TEMPEST Field Technical Authority (FTA) duties. The contractor shall provide FTA support, technical, administrative; assist with help desk support in the area of TEMPEST: conduct Visual TEMPEST Inspections (VTI): review and edit VTI reports from field FTAs and edit for CTTA signature; and evaluate C4IT systems for TEMPEST vulnerabilities and recommending countermeasures. Tasks shall be performed to address the protection of all CLASSIFIED USCG networks, systems and information they contain, which shall include the Secret Internet Protocol Router Network (SIPRNET), and the Joint Worldwide Intelligence Communications System (JWICS). Due to space constraints, only one (1) FTE can be accommodated at the C3CEN detachment Alameda, CA location. If it is determined that additional personnel are required to execute this task order, the remaining personnel shall work in an off-site location as proposed or otherwise agreed upon by the contractor and COR. In addition to the requirements described above, capable and interested large and small businesses must be able to provide all necessary services to provide the Command, Control, Computers, Communications Intelligence, Surveillance, and Reconnaissance (C4ISR) Information Assurance (IA) Divisions Certified TEMPEST Technical Authority (CTTA) with the necessary service support in the areas of TEMPEST Certification on Recapitalization Program assets for CG-9335 supported efforts. The contractor shall provide technical, administrative, and security management services for the area of certification by conducting TEMPEST testing, visual assessments, and performing documentation support services, and related training and Subject Matter Expert support for CG-9335 and CG-933 programs of record including systems on the NSC, OPC, FRC, MRS, and LRS. Tasks shall be performed to address the protection of all Classified USCG networks, systems and information they contain, including secure voice/data, and Secret Internet Protocol Router Network (SIPRNET). Additionally, as a Prime Contractor/Service Provider, the following qualifications are required to support all TEMPEST Services: COMDTINST M2241.6 (USCG TEMPEST PROGRAM) is the qualification/reference source. 1) All Contractor employees supporting this task order shall be citizens of the United States, 2) shall be able to read, write, speak and understand English, 3) must be able to obtain and sustain a Top Secret Clearance throughout the duration of this task order, 4) As a precondition, the FTAs shall have formal TEMPEST training at the National TEMPEST School, Lackland Air Force Base or Ft. Meade. (Advantageous; however, not required as long as the contractor holds the other qualifications identified herein. 5) Additional TEMPEST equipment training (Lab Testing, Field Testing, etc) is desirable as well as SPAWAR Shipboard Visual TEMPEST Inspector training. Contractors can execute tasks/services using pre-existing qualifications as a Certified TEMPEST Professional (CTP-1/2) and/or Field TEMPEST Authority (FTA) with Shipboard Visual TEMPEST Inspection (SVTI). Note: CG-9335 inspectors must have CTP 1 & 2 qualifications to perform their tasks/services. CTP-1 Trainees conduct testing; however, cannot write test plans. If CTP-1 is in qualification phase, can execute tasks under the oversight of CTP-2. CTP-2 is most senior inspector; can do testing, write classified test plans and classified test reports (post-inspection). See the following separate attachments: 1) Draft CG C3CEN TEMPEST PWS 2) Draft CG-9335 TEMPEST PWS 3) Draft CG-9335 Schedule of Cutters to include OPCs, NSCs, and FRCs requiring TEMPEST certification services in 2018 and beyond It is anticipated that up to a 5-Year Indefinite Delivery Indefinite Quantity Contract may be awarded based on the needs of the USCG for all TEMPEST Services beginning in 2018 and beyond. The Small Business Administration (SBA) uses the North American Industry Classification System (NAICS) Codes to establish size standards on an industry-by-industry basis. The anticipated NAICS code for this requirement is 541519 - Other Computer Related Services. Interested sources are encouraged to provide a determination of the best NAICS code applicable to this type of requirement. Interested concerns are requested to submit (1) an expression of interest and (2) a statement of capabilities and examples of past performance, no later than 2:00 p.m. Eastern Daylight Time, December 20, 2017. The expression of interest should state whether the concern is a Large or a Small Business and confirm that the concern will be the prime contractor/service provider and identify if it is a Small Disadvantaged Business, HUB-Zone Business, Women Owned Small Business, 8(a) certified small business, Veteran Owned Business, Service Disabled Veteran Owned Small Business and business size under the potential NAICS. In addition, indicate whether you are a U.S. or foreign-owned firm. Please note, due to the extent of the qualifications/specialized skills required for the TEMPEST Services, the United Stated Coast Guard is only seeking qualified sources that can provide these services as a prime contractor/service provider. These services will not be sub-contracted out to a large or small business concern. The response shall include the interested firm's complete mailing address and point of contact (name, telephone number, and e-mail address). The firm shall provide a brief narrative that demonstrates the company's capability to perform the requirements contained in this Sources Sought Synopsis -- Market Research Only Survey. Electronic submission will be accepted by Ms. Cherish D. Driver at Cherish.D.Driver@uscg.mil. Ms. Driver may be reached at (703) 313-5072. There is no bid package or solicitation document associated with this announcement. This source sought synopsis does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of a contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Interested sources are strongly encouraged NOT to submit proprietary information. Interested sources shall address the requirements of this Sources Sought Synopsis in written format as described in the paragraphs by electronic mail to either of the addresses shown above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/70Z07918ITEMPEST/listing.html)
 
Place of Performance
Address: USCG C4ITSC and other Coast Guard Sites, Alexandria, Virginia, 22315, United States
Zip Code: 22315
 
Record
SN04756941-W 20171207/171205231209-a2accb838c7d17facf4bc83d1559e56d (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.