Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2018 FBO #5941
SOURCES SOUGHT

D -- Automation and Infrastructure HUBZone 831812287

Notice Date
2/26/2018
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
HUBZone_831812287
 
Archive Date
3/29/2018
 
Point of Contact
Christopher Doyon, Phone: 6182299308
 
E-Mail Address
christopher.e.doyon.civ@mail.mil
(christopher.e.doyon.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT Tracking Number: 831812287 The Defense Information Systems Agency (DISA) is seeking sources for Automation and Infrastructure. CONTRACTING OFFICE ADDRESS: 2300 East drive, Building 3600, Scott AFB, IL 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of of Historically Underutilized Business Zone (HUBZone) Firms to provide the required products and/or services. The SEL8 Line of Business (LOB) Automation and Infrastructure branch (SEL81/82) is seeking information for potential sources to provide technical support using standardized best practices, processes and technologies to successfully implement business solutions for Enterprise Resource Planning (ERP) workloads for all DISA technology offerings. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: New Requirement REQUIRED CAPABILITIES: a) Describe your expertise, knowledge, experience as it relates to F5 load balancers and Web Application Firewall (WAF). Describe your experience creating policies, procedures and evaluating operational concerns with customers and engineering peers for new and existing workloads. Provide your knowledge and experience providing guidance for licensing, physical and logical configurations, and creating detailed documentations. b) Describe your expertise, knowledge, experience as it relates to engineering support for WAF technical documentation. Describe your experience with migration checklists, developing Authorized Service Interruptions (ASI) detailing configuration steps, migration details, and fail-back plans. Detail your experience following policies while reviewing for improvements or creating new policies where applicable. c) Describe your expertise, knowledge, experience as it relates to engineering support for WAF Tier III Sustainment Activities. Describe your experience or knowledge relating to inventory control for applications, threat analysis applications, attack signature analysis, enforcing security policies or requesting policy exceptions as required, and your experiences handling escalation requests for Break/fix actions. Provide your knowledge or experience creating and performing ASIs d) Describe your expertise, knowledge, experience as it relates to engineering support for WAF Readiness and Security Policy Readiness. Provide your experience onboarding activities for new applications including scheduling and private key transit. Describe your knowledge and experience creating and applying security policies to virtual servers while reviewing learning suggestions and produce/review Exception Readiness Report (ERR). Describe your experience working with customers to complete migrations and security blocks while monitoring applications for unnecessary blocking events. Describe your experience or knowledge of Application Security Module (ASM) maintenance, and configuring with local and third part attack signature files. SPECIAL REQUIREMENTS All contractor personnel assigned to this contract shall be U.S. citizens and possess at least a SECRET security clearance (Single Scope Background Investigation, SSBI) and the possibility to obtain a TOP SECRET before contract award. Access to classified data/information up to and including TOP SECRET with Secret Compartmented Information may be required in support of this contract. Required certification standards are the 8579 requirements, under section "DoD 8570.01-M Requirements". SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512, with the corresponding size standard of $27,500,000. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable HUBZone Small Businesses. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT March 14, 2018 at 4:00 PM Central Standard Time (CST) to christopher.e.doyon.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HUBZone_831812287/listing.html)
 
Record
SN04834736-W 20180228/180226231240-d9c0bf29ddd3614a60ed5884942aae6c (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.