Inactive
Notice ID:HUACHUCA_CNOSS
The Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Huachuca Division issues this sources sought for information and planning purposes only. This notice is not a Request for Proposal/Quo...
The Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Huachuca Division issues this sources sought for information and planning purposes only. This notice is not a Request for Proposal/Quote or Bid. This sources sought is a market research tool to gain knowledge of potential qualified sources which will be used for planning purposes and to determine if potential sources exist to support the requirement. This information is not to be interpreted as a commitment by the Government. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. 1. ACC-APG Huachuca Division is performing market research to determine if a capability exists in the market place to support Cyber Network Operations and Security Support (CNOSS) for the Network Enterprise Technology command for a very short duration. 2. CNOSS is a NETCOM requirement comprised of facilities, equipment, and personnel in several Continental United States (CONUS) and Outside the Continental United States (OCONUS) locations maintained and operated by the cognizant Signal Brigades, Network Enterprise Center (NEC) and Regional Cyber Centers (RCC) throughout the globe, but also provides network connectivity for customers with a forward presence wherever or whenever overseas network support functions are required for support and survivability. The core enterprise support capabilities required under the contract are: • System Configuration and Integration • Enterprise Systems Management (ESM) • Global Network Enterprise (GNE) • Network Operations (NetOps) • Capability Management Planning • Enterprise Directory Services and Authentication (EDS&A) • Service Level Management (SLM) • Army Enterprise Infostructure Management • Data Aggregation • Internet Protocol version 6 (IPv6) • Data Centers (formerly Area Processing Centers (APC)) • Information Assurance • Information Technology (IT) Installation Support • Army Enterprise Change Testing (CT) Support • Information Technology Asset Management (ITAM) • Operational Engineering • Army Golden Master (AGM) • Joint Information Environment (JIE) • Installation Information Infrastructure Modernization (I3MP) • Applications and Data Systems Support for Deploy/Generating Force and Mobile Environment NETCOM provides world-wide support for project management and technical support for Cryptographic Modernization, Key Management Infrastructure (KMI), Common Access Card (CAC), and Public Key Infrastructure (PKI) supporting the implementation of 24/7 PKI daily operations through the CNOSS contract requirements. This includes PKI support and services on a 24/7 basis for worldwide Army and Army supported organizations to include COCOMs. The contractor is required to analyze systems, programs, and applications for compliance with statutory and regulatory requirements, and suitability for connecting to the Army's portion of the Global Information Grid (GIG), the LandWarNet (LWN) and provide IT Enterprise support services that facilitate the creation and sustainment of the Global Network Enterprise; i.e. strategic planning, standards creation and sustainment; functional requirements development, management, and traceability; IT-Metrics program management, Program Management, Service Management process management; IT infrastructure configuration, change, and release management; and Tier Three problem management for operational networks and systems globally. These services are essential to safeguarding our national security and essential for delivering IT services to our Warfighters. 3. The intended contract type for this requirement is a Cost Plus Fixed Fee Price contract. It is anticipated that the effort would be for six months with a one month option. The anticipated NAICS Code is 541512, Computer Systems Design Services, and the size standard is $27.5M. 4. If your firm is capable of performing the work described in paragraphs #1 and #2, and has qualified personnel and relevant experience, please submit a technical capability statement including the following information: (1) Company name and mailing address, including cage code and point of contact (name, telephone number, and e-mail address). (2) Small business status if any, (small disadvantaged business, woman-owned business, veteran-owned business, etc.). (3) Provide, if applicable, details describing any Joint Venture/Teaming Arrangement that would be established if this requirement were to be solicited. (4) Indicate if your company primarily does business in the commercial or Government sector. (5) Specify which NAICS code(s) your company usually performs under for Government contracts. (6) Does your company have a TOP SECRET or higher facility security clearance? (7) Summarize your capability to perform the work listed in paragraph 2 above, including performacne in Europe, Asia and southwest Asia. Responses may be submitted in your own format, shall be 4 pages or less and must be submitted electronically. This sources sought is used for information and planning purposes only and does not constitute a solicitation. No contract will be awarded as a result of this sources sought. All information received that is marked proprietary will be handled accordingly. Responses to the sources sought will not be returned. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are responsible for all expenses associated with responding to this sources sought. All interested responsible businesses are encouraged to submit information at any time prior to expiration of this notice. Please submit any questions or comments to this action in writing to: karen.l.flynn5.civ@mail.mil. Responses must be received by 10:00 A.M. (AZ time), 27 June 2019.