THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
Verodin SIP is a commercial off the shelf (COTS) software designed to test the effectiveness of network, endpoint, email and cloud controls. SIP continuously executes tests and analyzes the results to proactively alert on drift from a known-good baseline and validate control configuration. SIP provides evidence demonstrating if a customer's controls are actually delivering the desired business outcomes.
Air Mobility Command (AMC) directed the stand up of Mission Defense Teams (MDT) to counter ever emerging cyber threats to its Mobility Air Forces weapon systems. MDTs need proper tools to deliver robust cybersecurity defense mission results. Based on prior USAF testing the Verodin SIP is the tool that MDTs need to counter emerging cyber security threats.
SPECIAL REQUIREMENTS:
The implementation of SIP will be on an unclassified network.
All personnel assigned to this task shall be a United States citizen and shall possess a minimum of a SECRET Security Clearance as of contract award date. The contractor shall comply with all appropriate provisions of the security regulations. Specific security requirements are identified in the DD Form 254 (Department of Defense Contract Security Classification Specification) and the DOD National Industrial Security Program Operating Manual (DOD 5220.22-M). The contractor shall complete a DD 254 and send to the COR and AMC A6 point of contact.
Contractor personnel shall comply with all AMC security requirements IAW Department of Defense Federal Acquisition Regulations (DFARS) clause 252.239-7001 and pursuant to DODD 5200.2, DOD Personnel Security Program, which requires DOD military, and civilian personnel, as well as DOD consultant and contractor personnel who perform work on sensitive automated information systems (AIS) to be assigned to positions which are designated sensitive.
The contractor shall not divulge any information regarding files, data, processing activities/functions, user ID's, passwords, or other knowledge that may be gained, to anyone who is not authorized to have access to such information. Contractor personnel shall abide by all Government rules, procedures, and standards of conduct.
SUBMISSION DETAILS:
Responses should include:
1) Business name and address;
2) Name of company representative and their business title, telephone number, e-mail address;
3) Cage Code;
4) DUNS Number;
5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)
6) Anticipated teaming arrangements and CAGE Code (if applicable).
7) Identify any major risks.
8) Any comments/concerns relating to the Draft SOW or NAICS Code.
9) Interested businesses should submit brief capabilities (Government or commercial) as it relates to supporting the above requirement to include the following:
a. Contract number
b. Title and a brief summary of the objective of the effort
c. Contracting agency or firm (Government or commercial)
d. Value of the contract(s) and Period of Performance
e. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour
f. NAICS code/small business size standard
The capability package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to a company, or to contact a company for clarification of any information submitted in response to this request. Capability packages should be limited to no more than 10 pages using 10-point type or larger. Published literature may be any number of pages.
1) Any other information deemed useful to the Air Force.
2) Submission Information: Vendors who wish to respond to this should send responses by e-mail with subject: Verodin RFI FBO to:
Ms. Katelyn Lampe
Contract Specialist
763 SCONS/PKA
katelyn.lampe@us.af.mil
(618) 256-1188
AND
Ms. Kelly Albers
Contracting Officer
763 SCONS/PKA
Kelly.albers@us.af.mil
(618) 256-9944
Verbal responses will NOT be accepted. Responses must be received by this office on or before 10:00 A.M. CST on 16 August 2019.
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.