Search Contract Opportunities

USCG Information Assurance (IA) Risk Management Framework (RMF) Support Services   2

ID: 70Z04424RESDIAB01 • Type: Synopsis Solicitation

Description

Posted: Sept. 30, 2024, 6:56 a.m. EDT

** 9/30/2024 - Status Update on Evaluation of Phase 1 Proposals:

(a) The assigned KO has changed from from Jessica Coltz to James Findlay.

(b) Phase 1 advisory downselect notifications are anticipated in the late Oct - Nov 2024 timeframe, pending completion of internal USCG business clearances of the Phase 1 evaluation results.

**6/3/2024 - Amendment 0004 - The purpose of Amendment 0004 is to:

(a) Provide Government answers to Phase 1 vendor questions - see document "0004 Questions - RFP 70Z04424RESDIA01_06-03-2024;"
(b) Provide revised RFP document "IA-RMF_RFP-70Z04424RESDIAB01_v18_06-03-2024;"
(c) Provide revised IDIQ Scope document "RFP Attachment 1 - IA RMF IDIQ Scope of Work__v3-4_06-03-24;" and
(d) The Phase 1 proposal due date is extended to 11:00am Eastern Time on June 24, 2024.

** 5/30/2024 - Amendment 0003 - Phase 1 proposal due date extended to 11:00am Eastern Time on June 12, 2024. **

** 5/16/2024 - Amendment 0002 - Phase 1 proposal due date extended to 11:00am Eastern Time on June 5, 2024. **

** 4/30/2024 - Amendment 0001 - Phase 1 proposal due date extended to 11:00am Eastern Time on May 22, 2024. **

COMBINED SYNOPSIS / SOLICITATION
70Z04424RESDIAB01
Information Assurance (IA) Risk Management Framework (RMF) Support Services

RFP Issue Date: April 16, 2024

PROPOSAL DUE DATE/TIME:
Phase One: June 24, 2024, 11:00 AM Eastern

DUE DATE/TIME FOR ANY QUESTIONS REGARDING THIS RFP: April 24, 2024, 11:00 AM Eastern

(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice, to award a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The Solicitation Number is 70Z04424RESDIAB01. This solicitation is issued as a Request for Proposal (RFP).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03/02-23-2024.
(iv) This acquisition is: 100% competitive 8(a) set-aside for commercial services
NAICS: 541519, Other Computer Related Services
Size Standard: $34M
(v) Contract line item number(s) (CLINS) and items, quantities and units of measure: See Attachment 1, Scope of Work and Attachment 3, Price Schedule.
(vi) Description of requirements for the items/services to be acquired: See Attachment 1, Scope of Work
(vii) Date(s) and place(s) of delivery and acceptance and FOB point.

  • Contract Ordering Period: Five (5) years.
  • Place of Delivery/Acceptance: As specified at the Task Order Level.
  • FOB Point: Destination.

(viii) FAR Provision 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. See Section E for the addenda to the provision.
(ix) FAR Provision 52.212-2, Evaluation Commercial Items, applies to this acquisition. See Section E for the full text of the provision.
(x) FAR Provision 52.212-3, Offeror Representations and Certifications Commercial Items, with Alternate I, applies to this acquisition.
An Offeror shall only complete and submit with their offer (via the Cover Letter) paragraph (b) of FAR Provision 52.212-3 (with Alternate I) if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website located at https://www.sam.gov/. (By completing only paragraph (b), the offeror verifies by submission of their offer that the representations and certifications currently posted electronically (on the SAM website) at FAR 52.212-3 have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of their offer.)
If the Offeror has not completed the annual representations and certifications electronically via the SAM website, the Offeror shall complete only paragraphs (c) through (v) of FAR Provision 52.212-3 (with Alternate I) and submit with their offer. See Section E for a copy of FAR Provision 52.212-3 (with Alternate I).
(xi) FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and is incorporated by reference. See Section C.
(xii) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. See Section C regarding which of the additional FAR Clauses cited in 52.212-5 are applicable to the acquisition.
(xiii) Additional contract requirement(s) or terms and conditions: See Section B.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating: Not Applicable.
(xv) The date, time and place offers are due.
Offer Due Date/Time: June 24, 2024, 11:00 AM Eastern
Submit offers via email to Eric St. Pierre at Eric.R.St.Pierre@uscg.mil, Elizabeth M. Pacious, Elizabeth.M.Pacious@uscg.mil, and Jessica Coltz at Jessica.L.Coltz@uscg.mil. Please Note: For security reasons, email size is limited to maximum of 10 MB and WinZip files are not permitted.
(xvi) Questions/Concerns. All questions/concerns regarding this solicitation shall be submitted in writing using Exhibit 2, Question and Answer Form, to the Contract Specialists at Eric.R.St.Pierre@uscg.mil and Elizabeth.M.Pacious@uscg.mil, and Contracting Officer at Jessica.L.Coltz@uscg.mil no later than the date and time listed on the Combined Synopsis/Solicitation Cover Page. The Government reserves the right to not accept follow-up/additional questions after that date. Offerors shall reference the solicitation number and provide enough information in their e-mail so the Government can easily respond to their questions/concerns. All questions/concerns and the Government's responses will be included in a solicitation amendment and posted to www.SAM.gov.

* Please note, the following attachments are not included in this posting and will not be provided until Phase 2 of the solicitation process:

  • RFP Attachment 3: Price Schedule
  • RFP Attachment 4: C5ISC Task Order Performance Work Statement (PWS)
  • RFP Exhibit 1: Past Performance Questionnaire

** Please see the documents attached to this notice for complete details of this Solicitation.

  • IA RMF RFP 70Z04424RESDIAB01 (v18 dated 06-03-2024)
  • RFP Attachment 1: IDIQ Scope of Work (v3.4 dated 06-03-2024)
  • RFP Attachment 2: IDIQ Labor Categories (v1 dated 04-16-2024)
  • RFP Exhibit 2: Vendor Question and Answer Form (v1 dated 04-16-2024)
Posted: Sept. 26, 2024, 3:19 p.m. EDT
Posted: June 3, 2024, 2:50 p.m. EDT
Posted: May 30, 2024, 1:21 p.m. EDT
Posted: May 16, 2024, 10:42 a.m. EDT
Posted: April 30, 2024, 12:35 p.m. EDT
Posted: April 16, 2024, 2:45 p.m. EDT
Background
The U.S. Coast Guard is issuing a combined synopsis/solicitation for commercial services to award a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The solicitation is 100% competitive 8(a) set-aside for commercial services under NAICS code 541519, with a size standard of $34M.

Work Details
The contractor is required to provide Information Assurance (IA) Risk Management Framework (RMF) Support Services. The contract ordering period is five years, and the place of delivery/acceptance will be as specified at the Task Order Level. The solicitation includes various provisions and clauses, and the contractor must submit their proposal in two phases with ten volumes.

Period of Performance
The contract ordering period is five years.

Place of Performance
The place of delivery/acceptance will be as specified at the Task Order Level.

Overview

Response Deadline
June 24, 2024, 11:00 a.m. EDT (original: May 8, 2024, 11:00 a.m. EDT) Past Due
Posted
April 16, 2024, 2:45 p.m. EDT (updated: Sept. 30, 2024, 6:56 a.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
On 4/16/24 Coast Guard issued Synopsis Solicitation 70Z04424RESDIAB01 for USCG Information Assurance (IA) Risk Management Framework (RMF) Support Services due 6/24/24. The opportunity was issued with a 8(a) (8A) set aside with NAICS 541519 (SBA Size Standard $34 Million) and PSC DJ01.
Primary Contact
Name
Eric R. St. Pierre   Profile
Phone
None

Secondary Contact

Name
James D. Findlay   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
Contract Specialist Elizabeth M. Pacious Profile elizabeth.m.pacious@uscg.mil None

Documents

Posted documents for Synopsis Solicitation 70Z04424RESDIAB01

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 70Z04424RESDIAB01

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 70Z04424RESDIAB01

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70Z04424RESDIAB01

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70Z04424RESDIAB01

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > C5I DIVISION 3 PORTSMOUTH
FPDS Organization Code
7008-70Z044
Source Organization Code
100187921
Last Updated
April 1, 2025
Last Updated By
eric.r.st.pierre@uscg.mil
Archive Date
April 1, 2025