SPECIAL NOTICE
R -- IT (Cybersecurity) Preparedness and IT Vulnerabiity Management Support
- Notice Date
- 4/30/2020 9:38:22 AM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF01069977
- Response Due
- 5/6/2020 2:00:00 PM
- Archive Date
- 05/21/2020
- Point of Contact
- Traci Hoofman, Phone: 6016344849, Davita S. Baloue, Phone: 6016342748
- E-Mail Address
-
traci.k.hoofman@usace.army.mil, davita.s.baloue@usace.army.mil
(traci.k.hoofman@usace.army.mil, davita.s.baloue@usace.army.mil)
- Description
- Contract W912HZ20P0008, with SecureStrux, LLC is being modified to include additional work and to extend the period of performance. The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) intends to negotiate on a sole source basis (IAW FAR 13.106-1b) with SecureStrux LLC, 245 East King St., Lancaster, PA 17602-2960, as the only responsible source that can provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide IT (cybersecurity) preparedness and IT vulnerability management support, specifically to address current critical cyber vulnerabilities in preparation for Cybersecurity Readiness Inspection (CCRI). This support includes, but not limited to: HBSS Endpoint Security, ACAS, physical security, and development of all applicable supporting documentation. Perform an assessment of Windows Server OS architecture.� Provide guidance and technical assistance on methods to remediate deficiencies Perform an assessment of SharePoint architecture.� Provide guidance and technical assistance on methods to�remediate deficiencies. Perform an assessment of SQL architecture.� Provide guidance and techncial assistance on methods to remediate deficiencies. Perform an assessment of USACE CIO/G6 cloud architecture.� Provide guidance and technical assistance on methods to remediate deficiencies. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 541519 with a Small Business Size Standard of $30,000,000.00. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4260f7e8355a475780f85126e1c4d567/view)
- Place of Performance
- Address: Vicksburg, MS, USA
- Country: USA
- Country: USA
- Record
- SN05640873-F 20200502/200430230141 (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 |