Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2020 SAM #6804
SOLICITATION NOTICE

69 -- Portable Capture the Flag (CTF) Solution for Offensive Cyber Training

Notice Date
7/14/2020 12:37:11 PM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134020P0057
 
Response Due
7/29/2020 2:00:00 PM
 
Archive Date
08/13/2020
 
Point of Contact
Sarah Landers, Phone: 4073804561, Jonathan Abbott, Phone: 4073808010
 
E-Mail Address
sarah.landers@navy.mil, jonathan.d.abbott@navy.mil
(sarah.landers@navy.mil, jonathan.d.abbott@navy.mil)
 
Description
The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a contract for the Portable CTF effort. Background The United States Navy (USN) is the event sponsor for the bi-annual joint �Cyber Red Zone� CTF event. This training event focuses on offensive cyber operations in a fun and competitive game based approach to learning/reinforcing TTPs on Department of Defense (DoD) relevant systems, hardware, and infrastructure. This event is developed under the leadership of Test Resource Management Center (TRMC) and the National Cyber Range Complex (NCRC) and open to all DoD cyber teams. Because this event is hosted on the NCRC, in order to participate, sites mush have access to either a JMN (JMETC MILS Network) or a JIOR (Joint Information Operations Range) node to participate. Additionally, this event is typically hosted for about three months out of the year with limited access to only 4 teams at a time. Because of these limitations, participation is limited. An off-line version of the �Cyber Red Zone� 19-1 event is required for �train on-demand� purposes. Requirement The requirement�is to deliver a turnkey portable CTF solution that contains the �Cyber Red Zone� 19-1 event pre-installed. This hardware/software solution shall include all the additional artifacts to run the 19-1 scenario, such as (but not limited to) user�s manual, pre-game intelligence package, startup scripts and software scoring system. The contract is planned for Lockheed Martin, Orlando, FL under Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i), �Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available.� Lockheed Martin is the only source that possesses the required CTF solution that contains the �Cyber Red Zone� 19-1 event. Based on prior market research, the determination was made not to compete this procurement since no viable alternative exists. Additionally, the market research supports that there does not exist a commercially available item or non-developmental item to satisfy the Government�s requirement.� This notice is not a request for competitive proposals. It is a notice outlining the Government�s intent to contract on a sole source basis with Lockheed Martin.� Interested sources are solicited to provide their written technical capabilities.� Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.� Interested sources must submit detailed written technical capabilities to produce a DoD offensive cyber training solution to meet the needs of the Government.� Detailed written capabilities must be submitted by email to the Contract Specialist, Sarah Landers (sarah.landers@navy.mil), in an electronic format that is compatible with MS Word by Close of Business on Wednesday, 29 July 2020. Verbal submissions via phone will not be honored. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than TEN (10) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice is not to be considered a request for quotations or proposals.� No solicitation document is available. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government. If no written challenge to this synopsis is received (or if a response is received, but determined it cannot meet the Government�s need), the Government will continue to pursue a sole source procurement to Lockheed Martin under FAR 13.106-1(b)(1)(i) based on the rationale provided above. If conducted as a sole source procurement, a separate synopsis will not follow. This synopsis will satisfy the intent of the requirements under FAR 5.201 and 5.204. In accordance with FAR 5.102(e), copies of the solicitation will be available upon request. NOTE: 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. If you are a small business interested in subcontracting opportunities for this effort, please contact the Contract Specialist, Sarah Landers (sarah.landers@navy.mil), for the Lockheed Martin�s Small Business Liaison�s information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5516f72690b347579a7a50246939af40/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN05720921-F 20200716/200714230200 (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 |
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.