Search Contract Opportunities

Enhanced Network Visualization Environment Cyber Operations Infrastructure

ID: W56KGY-19-R-0003 • Type: Sources Sought
Federal + SLED + Forecasts + Task Orders

Find every eligible opportunity from thousands of sources in one powerful platform

Free Trial Schedule Demo

Description

Posted: Aug. 14, 2020, 1:26 p.m. EDT

**** This RFI is being amended to include responses to (See Attachment) questions ****

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSAL, OR REQUEST FOR QUOTES. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES.

This RFI by the Army seeks industry feedback on cyber capabilities and approaches to meet future strategic and protected cyber needs. More specifically, information is sought on existing technical capabilities and expertise in the integration of viable cyber tools into operations, to enable to completion of mission objectives, at a speed commensurate with the evolving cyberspace domain. The Government is requesting contractors provide sufficient information in the form of a white paper which demonstrates that the contractors can develop and perform cyber capabilities, including infrastructure integration. Interested sources are requested to submit a brief Summary of Capabilities addressing the following questions:

1) Does the vendor have experience visualizing the network using packet capture data?

2) Is the vendor capable of custom programming and coding to integrate Commercial Off the Shelf and Government Off the Shelf products to parse known and unknown protocols with bulk historical data or live stream data of 100Gbps or faster?

3) Is the vendor capable of deep packet forensics to include fingerprinting capability using packet capture data?

4) Is the vendor capable of producing a system that can conduct Passive and Active in-line data captures?

5) Is the vendor capable of extracting products (i.e., credentials, emails, VOIP) from large data captures Gigabytes and above?

6). Does the vendor have experience in gaining and maintaining an Authority to Operate at the TS/SCI level?

RESPONSE

  • Any interested party shall submit a white paper in response to the above capabilities.
  • The white paper shall be due no later than 30 days after posting of this RFI.
  • The response date denoted on FedBizOpps (FBO) shall hold precedence.
  • Offerors may submit any questions related to this RFI no later than one week after the posting date.
  • RFI responses are limited to fifteen (15) pages, including cover and administrative pages.

All RFI responses shall include the following:

a) Company name, company address, overnight delivery address (if different from mailing address), CAGE code, point of contact, e-mail address, telephone number, and fax number.

b) Certification of business size (large or small) under NAICS code 541712 "Research and Development in the Physical, Engineering, and Life Sciences (except Biology)". Also provide socioeconomic categories if a small business (i.e., large, small disadvantage, veteran-owned, woman-owned).

c) State whether the vendor has the capability to fully meet some or all of the above cyber capabilities. If the vendor can only partially meet the capabilities, state the specific capabilities.

d) Describe the approach to meeting the above engineering support and developmental capabilities for cyber warfare. Fully describe a notional schedule; time phased Rough Order of Magnitude Estimate based on the capabilities; risks to include cost, schedule and performance. Identify any subcontracting or partnering opportunities or requirements.

e) Clearly identify any approaches to meeting the above capabilities in which the Government would receive less than Government Purpose Rights (GPR). Identify any techniques, capabilities, algorithms, or other approaches that were developed solely by the vendor as proprietary data or internal research and development (IRAD).

f) Demonstrate the ability to provide staff cleared up to the TS/SCI level. Show evidence that the vendor has a Sensitive Compartmented Information Facility and facility clearance of up to Top Secret and safeguarding capabilities to a minimum of Secret.

Responses are requested to be provided electronically, and acceptable formats include Adobe PDF, Microsoft Word, Microsoft Excel, and Microsoft PowerPoint files.

Responses shall be written using a 10 point font size or larger.

This RFI is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect cost or charges will arise as a result of the submission of a company's or corporation's information.

The Government shall not be liable for or suffer any consequential damage for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations and requirements.

The Government does not guarantee that this RFI will result in a Request for Proposal (RFP) or contract award.

The Government will not provide reimbursement for any costs incurred by vendors who respond to this RFI.

All questions and responses shall be sent via email to Mr. Patrick Cruickshank (patrick.r.cruickshank.civ@mail.mil), Contract Specialist

Subject line shall include (Request for Information Cyber Capabilities - "Your Company Name")

In accordance with Federal Acquisition Regulation PART 10.001, the results of this Market Survey will primarily be used to develop the Government's acquisition approach, and will be used determine if sources capable for satisfying the agency's requirements exist.

This is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from the survey.

The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchange of information.

All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored.

Posted: July 31, 2020, 2:39 p.m. EDT
Posted: July 16, 2020, 4:11 p.m. EDT

Overview

Response Deadline
Aug. 17, 2020, 4:30 p.m. EDT (original: Aug. 16, 2020, 12:00 a.m. EDT) Past Due
Posted
July 16, 2020, 4:11 p.m. EDT (updated: Aug. 14, 2020, 1:26 p.m. EDT)
Set Aside
None
Place of Performance
United States
Source
SAM

Est. Level of Competition
Average
Odds of Award
26%
On 7/16/20 ACC Aberdeen Proving Ground issued Sources Sought W56KGY-19-R-0003 for Enhanced Network Visualization Environment Cyber Operations Infrastructure due 8/17/20. The opportunity was issued full & open with NAICS 54171 and PSC AC61.
Primary Contact
Name
Patrick Cruickshank   Profile
Phone
(443) 861-4795

Secondary Contact

Name
Oral G Grant   Profile
Phone
(443) 861-4797

Documents

Posted documents for Sources Sought W56KGY-19-R-0003

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought W56KGY-19-R-0003

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W56KGY-19-R-0003

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W56KGY-19-R-0003

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W56KGY
Source Organization Code
500043662
Last Updated
Sept. 1, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 1, 2020