CDTF Risk Management Framework (RMF) Accreditation Base +4

Agency: DEPT OF DEFENSE
State: Missouri
Type of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Posted: Jan 25, 2023
Due: Feb 10, 2023
Solicitation No: PANMCC23P0000003682
Publication URL: To access bid details, please log in.
Follow
CDTF Risk Management Framework (RMF) Accreditation Base +4
Active
Contract Opportunity
Notice ID
PANMCC23P0000003682
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT LEONARD WOOD
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 25, 2023 02:39 pm CST
  • Original Response Date: Feb 10, 2023 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DJ01 - IT AND TELECOM - SECURITY AND COMPLIANCE SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541513 - Computer Facilities Management Services
  • Place of Performance:
    Fort Leonard Wood , MO 65473
    USA
Description

SOURCES SOUGHT SYNOPSIS



THIS IS A Sources Sought Notice ONLY. Please DO NOT respond with quotes. The Chemical, Biological, Radioactive and Nuclear (CBRN) Chemical Defense Training Facility, Maneuver Support Center of Excellence (MSCOE) requires contracted support consisting of evaluating Risk Management Framework (RMF) security controls for the systems, scanning the systems using the Assured Compliance Assessment Solution and Security Content Automation Protocol (SCAP) tools, creating required documentation, informing the system owners of changes they need to make to obtain a favorable accreditation recommendation, and making recommendations to the Authorizing Official once the risk has been mitigated to an acceptable level. The contractor(s) will be required to test and apply all appropriate System Technical Implementation Guides (STIGs), both automated and manual, and all applicable security updates to software running on the computers. Any STIG settings or software patches that render a system inoperable will be annotated on a Plan of Action & Milestones and explained to the System Owner. If a STIG setting or software patch renders the system(s) inoperable, then a risk assessment must be documented in the form of a memorandum for record requesting Authorizing Official’s approval for accepting the risk of the findings.





The existing systems are accredited as four enclaves: security, air monitoring, environmental control, and audio/video. The enclaves have been registered in the Army Portfolio Management Solution (APMS), and Enterprise Mission Assurance Support Service (eMASS) and received an ATO from the Authorizing Official.





Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.





The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service- Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract to service these items.





This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.





The NAICS code(s) is: 541513, Computer Facilities Management System





The Size Standard is: $30M





In response to this source sought, please provide:





1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes@army.mil at 210-466-3015 or thomas.f.cavalier.civ@army.mil, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





2. Name of the firm, point of contact, phone number, email address, System of Awards Management Unique Entity Identification (UEI), CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) in addition, the corresponding NAICS code.





3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.





4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.





5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.





6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.





7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS/SOO to acquiring the identified items/services.





8. Point of contact for this action is Mr. Thomas F. Cavalier, Contract Specialist. Inquiries will only be addressed by email to: thomas.f.cavalier.civ@army.mil and Alfreda M. Dupont, Contracting Officer, Alfreda.m.dupont2.civ@army.mil.






Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 8112 NEBRASKA AVE
  • FORT LEONARD WOOD , MO 65473-0140
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 25, 2023 02:39 pm CSTSources Sought (Original)

Related Document

Feb 3, 2023[Sources Sought (Updated)] CDTF Risk Management Framework (RMF) Accreditation Base +4
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow FAS Supply Chain Management, Facilities and Hardware: Limited Source Special Notice Active

Federal Agency

Bid Due: 2/13/2025

Title Type Starts Closes Topic Water Div 24RFP010 Vegetation Management Services Water Division

City of St. Louis

Bid Due: 4/26/2024

Solicitation Number Posted Date Return Date Description Buyer Name 8269-26 03-22-24 04-26-24 Class

Southwest Missouri State University

Bid Due: 4/26/2024

Title Open Closes Industry 2024 Chevrolet Tahoe PPV- Unmarked 03/21/2024 04/30/2024 2024BID000249

City of St. Louis

Bid Due: 4/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.