SOURCES SOUGHT
D -- USSS Enterprise Cybersecurity Services (ECS)
- Notice Date
- 3/3/2020 7:29:40 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- U. S. SECRET SERVICE WASHINGTON DC 20223 USA
- ZIP Code
- 20223
- Solicitation Number
- 70US0920Q70090001
- Response Due
- 3/17/2020 2:00:00 PM
- Archive Date
- 04/01/2020
- Point of Contact
- Eliana York, Phone: 2024066830, John Maxwell
- E-Mail Address
-
Eliana.york@usss.dhs.gov, john.maxwell@usss.dhs.gov
(Eliana.york@usss.dhs.gov, john.maxwell@usss.dhs.gov)
- Description
- SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) � � � � �� RFI Number70US0920Q70090001: USSS Enterprise Cybersecurity Services (ECS) 1.�� �BACKGROUND/PROGRAM DESCRIPTION The United States Secret Service (USSS), Department of Homeland Security (DHS) is mandated by statute and executive order to protect the President, the Vice President, their immediate families, former Presidents, national leaders, visiting foreign heads of state, major Presidential and Vice Presidential candidates, and designated National Special Security Events (NSSEs), and safeguard the nation�s currency and financial payment systems. �To perform its mission the USSS relies heavily on its information technology (IT) infrastructure. �Each day, whether executing protective, investigative, or administrative duties, USSS agents, officers, and professional staff utilize networks, systems, applications, and IT services to operate effectively. �� The USSS Chief Information Officer (CIO) acquires, operates, and maintains information technology (IT) solutions that support protective and investigative missions, and associated administrative and management functions of the Secret Service. �The CIO provides on-site communications and computer support for protective events and NSSEs and serves in a liaison capacity between field offices, Headquarters offices, and other Federal agencies regarding planning, management and application of information technology systems. �To support these CIO responsibilities the Office of the Chief Information Security Officer (CISO) implements and administers a program to protect its information system resources in compliance with the Federal Information Security Management Act (FISMA) and other Federal regulations and guidelines. �This process enables the secure delivery of services to customers by ensuring compliance to Federal, DHS and USSS policies, regulation, and directives within the IT infrastructure and by implementing best practices that reduce and manage operational and informational risk. �The USSS CISO provides security oversight and cybersecurity for over 25 FISMA systems, network and applications. The USSS anticipates awarding a five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) contract to a single contractor with multiple Task Order awards to be issued under separate statements of work with related �deliverables depending on the specific technical products or services required. �Task orders may be Firm-Fixed-Price (FFP), and/or Time and Materials (T&M) depending on the specific technical products or services required. �The IDIQ contract will include a Base Period of 12 months with four (4) 12 months Option Periods. �Task orders will be allowed to extend up to 12 months beyond the end of the contract term. �Work will be performed at USSS HQ in Washington D.C. and locations within the Washington D.C. National Capital Region, and USSS field sites. �The North American Industry Classification System (NAICS) code for this requirement is 541519, Other Computer Related Services GOVERNMENT seeks information from potential sources describing their technical capabilities and demonstrated experience providing cybersecurity services in the technical areas listed below.� 2.�� �PURPOSE OF REQUEST FOR INFORMATION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. �The RFI is issued in accordance with FAR 15.201(c)(7) and is solely for market research, planning and information purposes. �It shall not be construed as a commitment by the Government to issue a subsequent solicitation (Broad Agency Announcement, Request for Proposal, etc.). �Furthermore, those who respond to this RFI should not anticipate feedback regarding their submission though an acknowledgment of receipt can be provided, if requested by the submitter at the time of submission. �This RFI does not commit the Government to contract for any supply or service. �Similarly, the USSS is not seeking proposals at this time. �Responders are advised that the Government will not pay any costs incurred in response to this RFI. �All costs associated with responding to this RFI are incurred solely at the interested party's expense and remain that party�s responsibility. �Not responding to this RFI does not preclude the vendor from participating in any future solicitation. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government, and will not be returned. �Responses to the RFI may be used to develop Government documentation. Responses to this RFI may be evaluated by technical experts drawn from staff within the USSS and the DHSand possibly other Federal agencies. �The Government may use selected support contractor personnel to assist in the evaluation. �These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary and source selection information. �This action will be governed under the DHS and USSS law enforcement sensitive guidelines. 3.�� �DESCRIPTION OF REQUIREMENTS The proposed IDIQ will implement a standard support model across the USSS Service Portfolio and will ensure the contractor executes �support and maintenance of compliance and IT system security activities. �In addition, the proposed IDIQ will be more responsive to emergent requirements by providing an agile contract vehicle. �The Technical Services Requirements, the Security Requirements and the�Licenses, Software Applications, Hardware Procurement and Technical Support�for this acquisition are illustrated in�Attachment 1 - Requirements Table. 4.�� �RESPONDING TO THIS RFI Sources able to satisfy all aspects outlined in Section 3. Description of Requirements, are invited to submit a response describing their ability to meet these requirements/tasks. �Submissions shall be limited �to a maximum of four (4) pages and follow the guidelines listed below.� In furnishing the requested information as outlined in Section 3, Description of Requirements, the following shall be included as part of the submission:� 1. Name of the Organization� 2. Address of the Organization� 3. CAGE Code and DUNS Number for the Organization� 4. Small business standing (i.e. large or small business) under NAICS Code 541519 � Other Computer Related Services � 5. If a Small Business, indicate Small Business Type(s) (e.g., Small Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUBZone Certified, Veteran Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business)� 6. Telephone/Fax Number, Address, and Email address for the primary point of contact for Capabilities Statement� 7. A description of the organization�s capability to meet the requirements stated above� 8. A summary of the organization�s history relative to similar requirements 9. List any pertinent and currently held DHS / USSS, GSA or other Federal schedule contracts 10. Provide a technical description including existing or expected performance characteristics/capabilities for key components of the required tasks outlined in Section 3. This includes providing a response to the questions in Attachment 2 - Survey Questions.� 5.�� �QUESTIONS AND REQUESTS FOR ADDITIONAL INFORMATION Questions to this RFI shall be received no later than 12:00 pm, EST Friday, 6 March, 2020, and submitted to: eliana.york@usss.dhs.gov, john.maxwell@uss.dhs.gov, and uma.redwine@usss.dhs.gov. �Early submissions are encouraged. � 6.�� �SUBMISSIONS Responses shall be received via e-mail with a subject line that includes the RFI Number (USSS-ECS) and title. �Responses shall be submitted in size 12 Times New Roman font with single spacing and 1� margins as one electronic submission in Adobe PDF format. Submissions must be received no later than 5:00 pm, EST, Tuesday 17 March, 2020, and submitted to: eliana.york@usss.dhs.gov �with a copy to john.maxwell@usss.dhs.gov, and uma.redwine@usss.dhs.gov. �Early submissions are encouraged. �The USSS reserves the right to review late submissions but makes no guarantee to the order of, or possibility for this review. All company proprietary information, performance capabilities, and/or future modifications must be clearly identified and marked so segregation of proprietary information is required. Notes: ��� �All submissions shall become Government property and will not be returned. ��� �Unsolicited proposals received in response to this RFI will not be considered. � � � � �� �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/13188a3f7f7d43c3806411790803a197/view)
- Place of Performance
- Address: Washington, DC 20223, USA
- Zip Code: 20223
- Country: USA
- Zip Code: 20223
- Record
- SN05578719-F 20200305/200304221140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |