Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2025 SAM #8472
SOURCES SOUGHT

D -- Enterprise Security Services (ESS)

Notice Date
2/4/2025 10:36:13 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
FA8102 AFLCMC HBK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA810225R1000
 
Response Due
3/3/2025 11:00:00 AM
 
Archive Date
03/18/2025
 
Point of Contact
Jocelyn Johnson, Juan C. Escobar
 
E-Mail Address
jocelyn.johnson.2@us.af.mil, juan.escobar@us.af.mil
(jocelyn.johnson.2@us.af.mil, juan.escobar@us.af.mil)
 
Description
*AMENDMENT - 4 FEBRUARY 2025* Please see the attached document, SSS_3Feb2025, that was inadvertenly left off the original posting. This document includes the Contractor Capability Survey that must be completed and returned with your inquiry. This four-page document was not attached to the original posting. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to identify potential sources and to determine if this effort can be competitive or a Small Business Set-Aside. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The Government does not intend to award a contract based on this market research. No funds are available to fund the information provided within this SSS. The Air Force Life Cycle Management Center at Tinker AFB is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources for the effort listed below. The Government will use this information to determine the best future acquisition strategy for this procurement, inclusive of the need to do an Industry Day. The Government does not have the associated technical data to provide to potential sources. No qualification requirements or Technical Orders exist. The proposed North American Industry Classification Systems (NAICS) Code is 541519 which has a corresponding Standard of $34.0M. The Government is interested in all businesses to include: Large Businesses, Small Businesses, Small Disadvantaged Businesses 8(a)�s, Service-Disabled Veteran-Owned Small Businesses, HUBZone Businesses, and Women-Owned Small Businesses. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to the commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime, and the work accomplished by the teaming partners. The specific requirements are listed below: The Contractor will be responsible for Intrusion Detection and Analysis, Vulnerability Scanning, Security Technical Implementation Guide (STIG) Services, Documentation and Analysis Services, and Code Review Services for the High Frequency Global Communication System (HFGCS) residing in each of the applicable Nonclassified Internet Protocol Router Network (NIPRNet) & Secret Internet Protocol Router Network (SIPRNet) environments. This requirement includes all testing, analysis, and documentation support in order to receive the Department of Defense (DoD) mandated assessment and authorization. In addition, daily information assurance monitoring, analysis, and reporting are required. The contracted personnel shall possess the requisite clearance levels or be eligible to obtain and maintain the requisite clearance levels to conduct the actions described in this Draft PWS. In addition to the above description the Contractor shall provide ESS in accordance with (IAW) the attached Draft PWS. A requirements type contract is contemplated. The anticipated Period of Performance (PoP) is a total of five (5) years to include one (1) base year and four (4) one-year options. At this time the line items have not been determined. The anticipated solicitation issue date will be May/June 2025. The solicitation response due date will be June/July 2025. The anticipated award date will be March 2026. Please e-mail your response advising if the requirements stated above can be met to the following address: jocelyn.johnson.2@us.af.mil and sara.wine@us.af.mil This SSS is issued solely for informational and planning purposes. No funds are available to fund the information requested. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions of information are not acceptable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f34f95eae6344282886c825d55022e14/view)
 
Record
SN07332615-F 20250206/250204230035 (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.