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

From: Federal Government(Federal)
70Z04424RESDIAB01

Basic Details

started - 30 Apr, 2024 (2 days ago)

Start Date

30 Apr, 2024 (2 days ago)
due - 22 May, 2024 (in 19 days)

Due Date

22 May, 2024 (in 19 days)
Bid Notification

Type

Bid Notification
70Z04424RESDIAB01

Identifier

70Z04424RESDIAB01
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34469)US COAST GUARD (24544)C5I DIVISION 3 PORTSMOUTH (317)
[object Object]

SetAside

8A(8(a) Set-Aside (FAR 19.8))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

** 4/30/2024 - Amendment 0001 - Phase 1 proposal due date extended to 11:00am Eastern Time on May 22, 2024. **COMBINED SYNOPSIS / SOLICITATION70Z04424RESDIAB01Information Assurance (IA) Risk Management Framework (RMF) Support ServicesRFP Issue Date: April 16, 2024PROPOSAL DUE DATE/TIME:Phase One: May 22, 2024, 11:00 AM EasternDUE 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 servicesNAICS: 541519, Other Computer Related ServicesSize 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: See Combined Synopsis/Solicitation Cover PageSubmit 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 ScheduleRFP 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 (v17 dated 04-16-2024)RFP Attachment 1: IDIQ Scope of Work (v3.3 dated 04-16-2024)RFP Attachment 2: IDIQ Labor Categories (v1 dated 04-16-2024)RFP Exhibit 2: Vendor Question and Answer Form (v1 dated 04-16-2024)

Location

Place Of Performance : N/A

Country : United States

Office Address : 4000 COAST GUARD BLVD PORTSMOUTH , VA 23703 USA

Country : United StatesState : VirginiaCity : Portsmouth

Classification

naicsCode 541519Other Computer Related Services
pscCode DJ01Support services focused on supporting security policies/controls, processes, measuring compliance of relevant legal/compliance requirements, to include Section 508, and responding to security breaches. Also provides support for IT Security systems providing Continuous Diagnostics and Mitigation (CDM) for real-time Cyber Security and protection such as vulnerability scanning, managing firewalls, intrusion prevention systems, and security information and event management (SIEM). Includes Disaster Recovery (DR) services to support DR policy, process and means, dedicated failover facilities and perform DR testing.