Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2018 FBO #6172
SOURCES SOUGHT

D -- Cyber Risk Assessments - Draft Statement of Work

Notice Date
10/15/2018
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893619R0004
 
Archive Date
11/30/2018
 
Point of Contact
Caitlan Johnson, , Agapito Santana, Phone: (760) 939-2866
 
E-Mail Address
caitlan.johnson@navy.mil, agapito.santana@navy.mil
(caitlan.johnson@navy.mil, agapito.santana@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government is issuing this Sources Sought as a part of the market research for a Cyber Risk Assessment requirement. The primary purpose of this notice is to identify interested and capable firms for information and planning purposes only. ALL businesses are encouraged to respond. The anticipated NAICS code for this procurement is 541512 with a Small Business Size Standard of $27.5 million. The Product Service Code is anticipated to be D310. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This Sources Sought Synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. The United States Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Background: Recent global cyber events reinforce that cyber threats to U.S. infrastructure and military systems are real and significant. Cyberspace is traditionally defined as "a global domain within the information environment consisting of the interdependent network of information technology infrastructures, including the internet, telecommunications networks, computer systems and embedded processors and controllers" (Joint Publication 3-12 (R) Cyberspace Operations). Period of Performance (estimated): Three years Place of Performance: NAWCWD-China Lake, CA and at the Contractor's approved facility Requirements: The requirements for this procurement, including security and clearance requirements, are detailed in the attached Draft Statement of Work (SOW). Should you have issues accessing the attachment to this RFI/Sources Sought, please contact caitlan.johnson@navy.mil. Submission Details: Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages in length, 12-point font minimum) demonstrating ability to perform the services listed in the Draft Statement of Work. This documentation must address, at a minimum, the following: 1.Company Name, Company Address, Point of Contact (Name, Title, Phone Number and Email Address) 2.Company Size (Small or Large according to the NAICS and size standard listed); If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. 3.Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the requirements described in the SOW. 4.Company's experience/capability as it relates to the following: a.Tactical Aircraft Cyber Risk Assessment b.Weapons Cyber Risk Assessment c.UAV Cyber Risk Assessment d.Trainers/Simulators Cyber Risk Assessment e.Portable Electronic Maintenance Aids (PEMA) Equipment f.NAVAIR Cyber Risk Assessment Process g.NAVAIR Cyber Table Top Process h.Verification & Validation Test Plan and Execution i.General Cyber Vulnerability and Risk Assessment Email submissions in response to this Sources Sought WILL be accepted, please submit to caitlan.johnson@navy.mil and agapito.santana@navy.mil no later than 1500 PST on 30 October 2018. Fax submissions and telephone conversations in response to this Sources Sought WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Caitlan Johnson and Agapito Santana. Proprietary information and trade secrets, if any, must be clearly marked on all submitted 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. Classified material SHALL NOT be submitted. All government and contractor personnel reviewing Sources Sought responses will have signed nondisclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an "Active" status as the government cannot award to an entity without an "Active" SAM registration. More information can be found at www.gsa.gov/samupdate
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3f05cf680014aa6bb9978f71e42efcf)
 
Record
SN05123095-W 20181017/181015230450-a3f05cf680014aa6bb9978f71e42efcf (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.