Cyber security and Cloud Computing Services
REQUEST FOR INFORMATION U.S. Department Of Justice Executive Office for U.S. Attorneys 1.0 Description The Department of Justice (DOJ) Executive Office of US Attorneys (EOUSA) Office of Chief Informat... REQUEST FOR INFORMATION U.S. Department Of Justice Executive Office for U.S. Attorneys 1.0 Description The Department of Justice (DOJ) Executive Office of US Attorneys (EOUSA) Office of Chief Information Officer (OCIO) has an FY20 requirement to implement and operate cloud computing services in FedRAMP approved commercial cloud environments. THIS IS A REQUEST FOR INFORMATION ONLY. This is not a request for proposal or request for quote. This pre-solicitation / Request for Information notice in no way binds the government to solicit or award a contract. No solicitation exists at this time. Proposals are not being requested or accepted with this notice. Responses to this notice are not offers and cannot be accepted by the government to form a binding contract. The information provided in this notice is subject to change and is not binding on the government. The Department will not entertain telephone inquiries pertaining to this requirement. 2.0 Requested information OCIO is seeking information from vendors with experience implementing the following cybersecurity and cloud computing solutions in alignment with guidance from the Federal Information Security Modernization Act of 2014, Committee on National Security Systems Instruction (CNSSI) No. 1253, “Security Categorization and Control Selection for National Security Systems, Intelligence Community Directive 503”, “Intelligence Community Information Technology Systems Risk Management, Certification and Accreditation, Security Executive Order 13587 -- Structural Reforms to Improve the Security of Classified Networks”, the Responsible Sharing and Safeguarding of Classified Information, GSA FedRAMP and the National Institute of Standards and Technology (NIST): · NIST 800-53 Standardized Architecture Quick Start · Splunk Add-on for Windows Identities · Splunk Insider Threat Detection Dashboards · Rapid 7 Metasploit · Okta Personal Identity Verification · SailPoint Connector for Okta · Box.com Governance · Transit VPC Potential Respondents shall provide the following past performance information for each of the solutions listed above: · Agency Name · Program Name · Agency POC Name · Agency POC Email · Agency POC Phone · Description of Work Performed · Size, Scope, and Complexity of Deployment 3.0 Responses Interested parties are requested to respond to this RFI with a white paper. Any documents must be submitted in electronic format (i.e. Microsoft Word or Adobe Acrobat compatible) to the Contracting Officer: Gregory.L.Newsom@usdoj.gov. Responses shall be limited to 8 pages for Section 2. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information (e.g. use an attachment or exhibit). Respondents are responsible for adequately marking proprietary information in their response. The number of pages in Section 1 of the white paper shall not be included in the 8-page limitation. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: · Name Mailing address Overnight delivery address (if different from mailing address) Phone number Fax number E-mail of designated point of contact. DUNS Number · Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services. Please refer to Federal Acquisition Regulation FAR 19 for detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. · Offerors shall identify any existing contracts such as GSA federal Supply Schedule 70 or other Government contracts that may be utilized by DOJ (decentralized ordering). · The facility security clearance of the offeror. Potential Respondents/Teaming Partners must be registered on the Central Contractor Registration in the System for Award Management (SAM) database and the online representation and certification application must be activated. For SAM registration, please visit online - https://www.sam.gov/portal/public/SAM. Respondents are advised that the U.S. Government will not pay any cost incurred in response to this sources sought/pre-solicitation and all costs associated with responding will be solely at the interested party's expense. This sources sought/pre-solicitation is being used to conduct market research to identify potential sources that may possess the expertise, capabilities, and experience to perform the anticipated requirements. 4.0 Industry Discussions Respondents are advised that the government is under no obligation to acknowledge receipt of the information submitted. Respondents will not individually be notified of the results of the government assessments and should not anticipate feedback with regard to its submission. 5.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources with experience implementing the cloud computing solutions identified in Section 2. The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »