SOURCES SOUGHT ANNOUNCEMENT
Tracking Number NA-832118218-98218.00
The Defense Information Systems Agency (DISA) is seeking sources for JFHQ-DODIN/J34 OPERATIONS SUPPORT
CONTRACTING OFFICE ADDRESS:
DISA/DITCO-SCOTT-PL83
2300 EAST DRIVE, BUILDING 3600
SCOTT AFB IL 62225-5406
INTRODUCTION:
This is a SOURCES SOUGHT ANNOUNCEMENT to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses and Woman Owned Small Businesses) to provide the required products and/or services.
The JFHQ-DODIN/J4 is seeking information for potential sources to provide support services to the JFHQ-DODIN J34 Operations Center. JFHQ-DODIN is a Joint operational headquarters and is a component-command of United States Cyber Command (USCYBERCOM) based on Fort Meade, MD. The JFHQ-DODIN exercises command and control (C2) of DODIN operations and defensive cyber operations-internal defense measures (DCO-IDM) globally in order to synchronize the protection of DoD component capabilities and to enable power projection and freedom of action across all warfighting domains. The command ensures a unity of command between USCYBERCOM and subordinate headquarters, and unity of effort with all other organizations conducting DODIN operations and DCO-IDM. The needs of the J34 operations have evolved to require specialized skillsets; this contracting effort will provide professional services tailored for Full Operational Capability (FOC) within J34 Fusion, Countermeasure and Vulnerability sections.
DISCLAIMER:
THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT ANNOUNCEMENT IS STRICTLY VOLUNTARY.
CONTRACT/PROGRAM BACKGROUND:
Contract Number: HC102818F1569
Contract Type: FFP
Incumbent and their size: Onyx Consulting Services LLC – WOSB
Method of previous acquisition: Small Business Set Aside
Period of performance: September 2018 – September 2021
The incumbent contractor provides the Government with high-quality services for J34 Fusion and Countermeasure activities, including technical expertise in specified areas of cyber and information security to ensure success of the JFHQ-DODIN mission to secure, operate and defend the DODIN.
REQUIRED CAPABILITIES:
1. JFHQ-DODIN reviews and analyzes open source reporting for new vulnerabilities, malware, or other threats that have the potential to impact the DODIN. Describe your experience maintaining situational awareness of cyber activity in the IT arena across multi-Tiered layered security configuration from Internet Access Points (IAPs) down to the host.
2. The J34 develops Vulnerability Management standard operating procedures (SOP). Describe your experience in developing a Vulnerability Management SOP detailing the process for identifying the problem(s) and multiple solutions, calculating return on investment, prioritizing recommendations, gaining approval, implementing and assessing mitigations for US Government Networks or Non-Government Networks.
3. The J34 utilizes weekly trend analysis reports to coalesce a broader combined operational picture of DODIN threats and mitigation strategies. Describe your experience producing Trend Analysis reports.
4. Describe your experience in policy and directive implementation guidance. Additionally, describe your experience providing daily support for the following planning products: TASKORD; Execute Order; approximately 10 Fragmentary Order annually; WARNORD and Alert Order; General Administration or other mission related orders multiple times.
SPECIAL REQUIREMENTS
Must have Top Secret Facility Clearance on the Request for Proposal’s submission due date. Please provide your current Facility Clearance level. The work to be performed under this task order is up to the Top Secret level and requires SCI access eligibility for some personnel.
SOURCES SOUGHT:
The North American Industry Classification System Code (NAICS) for this requirement is 541519 (https://www.naics.com/search/), with the corresponding size standard of $30,000,000 (https://www.sba.gov/document/support--table-size-standards).
To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering. Please outline how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.
In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company’s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).
SUBMISSION DETAILS:
Responses should include:
Vendors who wish to respond to this should send responses via email no later than May 5th, 2021@ 4:00 PM Eastern Daylight Time (EDT) to [email protected]. Interested businesses should submit a brief capabilities statement package addressing the specific questions (no more than five pages) and demonstrating ability to perform the services listed under Required Capabilities.
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.