Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
SPECIAL NOTICE

R -- BSA Black Rhino Operators J&A - Black Rhino Operators J&A

Notice Date
8/28/2018
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6217, United States
 
ZIP Code
22060-6217
 
Solicitation Number
HDTRA1-18-R-0072
 
Archive Date
9/27/2018
 
Point of Contact
John M. Pleasant, Phone: 5176166528
 
E-Mail Address
john.m.pleasant.civ@mail.mil
(john.m.pleasant.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Black Rhino Operators J&A Notice of Intent for Sole Source Award - Balanced Survivability Assessment (BSA), Black Rhino Operators Support Contract The Defense Threat Reduction Agency (DTRA) intends to negotiate a contract for a base period of one (1) year with (4) four option year periods via a sole source contract. Balanced Survivability Assessment (BSA), Black Rhino Operators Support focus is on mission continuity and assess against a broad spectrum of threats including accidents, natural disasters, technological failure, information system attacks, terrorists, radio frequency weapons (RFW), sabotage, and weapons of mass destruction (WMD). The BSA Information Operations (IO) Computer Network Defense/Exploitation (CND/E) Equipment Suite (Black Rhino) provides a capability to inspect a customer's data network traffic to identify potential vulnerabilities or exploitations from malicious actors. In operation, the Black Rhino captures a copy of the customer's network traffic and then sends the copied traffic to the passive interfaces on a suite of servers running software tools that IO CND/E operators use to analyze traffic for any indicators of malicious activity or vulnerabilities. This requirement will result in a Cost Plus Fixed Fee (CPFF) contract. The North American Industry Classification System (NAICS) Code for this requirement is 541990. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties have fifteen (15) days from the date of publication of the synopsis, to submit in writing, to the identified point of contact, clear and convincing evidence of their qualifications and/or capabilities. Such qualifications and/or capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses received after fifteen(15) days, or without the required information, will be considered non-responsive to this synopsis and will not be considered. A determination by the Government not to conduct this effort as a full-and-open competitive procurement, based upon responses to this notice, is solely within the Government's discretion. In the absence of qualified sources, a contract will be awarded under the Other than Full and Open Competition procedures, pursuant to 10 United States Code (U.S.C.) 2304(c)(1) or 41 U.S.C. 253(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source. All inquiries must be submitted in writing to the address stated herein and to the attention of John M. Pleasant, Senior Contract Specialist. Response to this notice must be received by Close of Business (COB), September 12, 2018. Responses must include your business name, point of contact, address, and telephone number with area code. Telephonic inquiries will not be accepted. Requests may be emailed to john.m.pleasant.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/HDTRA1-18-R-0072/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road STOP 6201, FORT BELVOIR, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN05060480-W 20180830/180828231651-7d2683d5b04a1da4b86b4d5c5e79433c (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.