SOURCES SOUGHT
D -- Communication Incident Management – Operations Support 831812285
- 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
- 831812285
- 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
- COMMUNICATION - INCIDENT MANAGEMENT - OPERATIONS SUPPORT SOURCES SOUGHT ANNOUNCEMENT Tracking Number: 831812285 The Defense Information Systems Agency (DISA) is seeking sources for Communication Incident Management - Operations Support CONTRACTING OFFICE ADDRESS: DISA, Procurement Directorate, Defense Information Technology Contracting Organization - Scott, 2300 East Drive, Scott AFB, IL 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, and Woman Owned Small Businesses) to provide the required products and/or services. The Ecosystem SEL8 Line of Business (LOB) Communication Incident Management Branch (SEL83) is seeking information for potential sources to provide incident management in support of core functions essential to sustaining a reliable and highly available DISA data center infrastructure and Enterprise Resource Planning (ERP) workload. 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: SEL83, the Incident Management and Operations Support Branch is responsible for ticket and incident management, analysis, security and training. They are the front facing element when dealing with the customer, as well as the frontline to incident identification, resolution, and escalation. SEL83 is responsible for analyzing network operations to identify trends, or potential threats to the ecosystem due to growth, new technology, or flaws in the hardware/software. REQUIRED CAPABILITIES: a) Describe your expertise, knowledge, experience as it relates to ticket triage and management. b) Describe your expertise, knowledge, experience handing the full life cycle of network monitoring tools and support of any hardware/software associated with these tools, your ability to create scripts to facilitate monitoring, and how you can utilize data captured to identify trend analysis and bandwidth management. c) Describe your expertise, knowledge, experience as it relates to network configuration and management, including the tools, processes, procedures, protocols, and troubleshooting required to successfully accomplish this task. Also describe your expertise in documentation. d) Describe your expertise, knowledge, experience as it relates to cyber security, firewalls (hardware and Web Application Firewall (WAF)), Security Technical Implementation Guide (STIG), Information Assurance Vulnerability Alerts (IAVA), and administer various devices and applications to protect against Zero-Day attacks. e) Describe your expertise, knowledge, experience as it relates to network administration tasks. Describe your experience installing and administering Transmission Control Protocol/Internet Protocol (TCP/IP) based networks across all layers installing, configuring, and analyzing routers, switches, remote access servers, and other TCP/IP based gateways and devices while managing defined TCP/IP address spaces including subnets and supernets. Describe experience with network traffic analysis using various packet analyzers, proxies, DNS, firewalls, and Content Switching products (F5, BigIP, etc.) and load balancers. f) Describe your expertise, knowledge, experience as it relates to Web Application Firewalling. Describe your experience creating, implementing, maintaining, and troubleshooting custom iRule scripts on F5 BIG-IP Load Balancer Web Application Firewalls based on customer needs and objectives. g) Describe your expertise, knowledge, experience as it relates to Network Ops Center Training Manager. Describe your experience managing compete life cycle of training from identifying the need through development of materials and plan to delivery and continuous improvement of training through evaluations. Describe your ability to utilize methods such as classroom training, demonstrations, on the job training, meetings, conferences, and workshops. SPECIAL REQUIREMENTS All contractor personnel assigned to this contract shall be U.S. citizens and possess at least a SECRET security clearance before contract award and have the ability to obtain a TOP SECRET. Access to classified data/information up to and including TOP SECRET with Secret Compartmented Information may be required in support of this contract. The contractor shall comply with the provisions of the Department of Defense (DoD) Industrial Security Manual for handling classified material and producing deliverables. Unclassified reports prepared under this task order shall be marked For Official Use Only unless otherwise directed. 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 above 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 Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, and 8(a) companies. 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/or service, to include ENCORE II, General Service Administration Mission Oriented Business Service, National Aeronautics Space Administration Solutions for Enterprise Wide Procurement, Federal Supply Schedules, 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 shall submit a brief capabilities statement package (no more than seven pages) demonstrating ability to perform the services listed in this Sources Sought "Required Capabilities" and "Special Requirements" sections. Proprietary information and trade secrets, if any, shall 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 request for information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 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/831812285/listing.html)
- Record
- SN04834803-W 20180228/180226231308-6f65818ff790483e69d0fc404cd0fab0 (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 |