Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2022 SAM #7695
SOURCES SOUGHT

R -- Cyber Security Engineer Support Services

Notice Date
12/20/2022 12:12:33 PM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018923Q00
 
Response Due
1/9/2023 10:00:00 AM
 
Point of Contact
Fabiola Ortiz, Phone: 7574431295, Elizabeth Phelps, Phone: 7574431326
 
E-Mail Address
fabiola.a.ortiz.civ@us.navy.mil, elizabeth.a.phelps14.civ@us.navy.mil
(fabiola.a.ortiz.civ@us.navy.mil, elizabeth.a.phelps14.civ@us.navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Subject to FAR Clause 52.215-3, entitled ""Solicitation for Information of Planning Purpose,"" this announcement constitutes a Sources Sought for information and planning purposes for qualified and experienced sources to provide support to the Cybersecurity / Information Assurance mission adjunct of Information Operations (IO) for Naval Information Warfighting Development Center (NIWDC). For the purposes of this document, the terms Cybersecurity and Information Assurance are synonymous. The required services include program planning and execution support; regulatory compliance; management and technical briefings and reporting; performance measurement and reporting; program policy and standard operation procedures (SOPs) development and maintenance; National level cyber security initiatives support; Incident Response operations; network monitoring implementation, deployment, operation and maintenance; network monitoring and intrusion detection analysis and response; security event correlation; advanced technical analysis including malicious code, traffic, hard disk, and Web-log analysis; internal threat analysis; security integration and deployment; security test and evaluation; vulnerability assessment; system configuration compliance assessment; security configuration standards development and updates; policy and technical document review; security policy and standards development, update, coordination, guidance and waiver request review and recommendations; security awareness briefings, technical documentation, editing, coordination and publication; operation and maintenance of Government-owned IT hardware and software; inventory management; and administrative support. This is not a solicitation announcement for quotes and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government plans to procure these services as Commercial Item as defined in FAR 2.101.�� Place of Performance (Site Location) Navy Information Warfare Training Group, Naval Station Norfolk, VA, Building U132. NAICS Code The NAICS Code for this requirement is 541512, Computer Systems Design Services, and the Size Standard is $30.0 Million. Period of Performance The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years, inclusive of the potential FAR 52.217-8 six (6) month extension.� The Period of Performance reads as follows: Base Year������� 28 September 2023 � 27 September 2024���������������������������������� Option Year I�� 28 September 2024 � 27 September 2025���������������������� Option Year II� 28 September 2025 � 27 September 2026 Option Year III 28 September 2026 � 27 September 2027 Option Year IV 28 September 2027 � 27 September 2028 FAR 52.217-8� 28 September 2028 � 27 March 2029 Please see attached draft Performance Work Statement (PWS). Responses shall include the following information in this format: 1. Company name, address, POC name, phone number, fax number and email. 2. Contractor and Government Entity (CAGE Code). 3. Size of business - 8(a), this requirement is in the 8(a) program, and the Government intends to keep it in the program. 4. If the services can be solicited from a GSA or SeaPort-NxG contract vehicle, provide the applicable contract number. 5. Relevant past performance on same/similar work dating back 5 (five) years and your company�s capacity to perform the type of work. 6. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition as specified in the Draft Performance Work Statement (PWS). Standard company brochures will not be reviewed. Submissions are not to exceed five (5) standard typewritten pages. All technical questions and inquiries maybe submitted within the response. 7. Also, indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. 8. Any comments, questions, or concerns in regards to the attached PWS. A draft PWS, Attachment 1,is posted in this notice for your reference. Responses should be emailed to Fabiola Ortiz at fabiola.a.ortiz.civ@us.navy.mil and Elizabeth Phelps at Elizabeth.a.phelps14.civ@us.navy.mil by 1:00 pm EST on January 9, 2023. Again, this is not a request for a quote. Respondents will not be notified of the results. Please note the information within this sources sought will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a quote. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3858dfa2e0d491296c3521aa63092f5/view)
 
Place of Performance
Address: Norfolk, VA 23455, USA
Zip Code: 23455
Country: USA
 
Record
SN06548801-F 20221222/221220230121 (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.