Cyber Operations Digital Bloodhound IDIQ

expired opportunity(Expired)
From: Federal Government(Federal)
FA8819-22-R-1003

Basic Details

started - 20 Jul, 2022 (21 months ago)

Start Date

20 Jul, 2022 (21 months ago)
due - 20 Aug, 2022 (20 months ago)

Due Date

20 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
FA8819-22-R-1003

Identifier

FA8819-22-R-1003
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708533)DEPT OF THE AIR FORCE (60414)FA8819 SPECIAL PROGRAMS DIR SMC SP (30)

Attachments (2)

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.

Section I: Purpose/BackgroundThe United States Space Force (USSF) Space Systems Command (SSC) Cyber Operations division, is seeking information in support of market research to determine if there are interested sources that are capable of meeting the requirements.  Small businesses are encouraged to respond.  For planning purposes, contract award is projected 2QFY2023 with a 7-year ordering period.The Cyber Operations division is a mission focused program that is tasked with defense of networks and related computer systems for ground networks related to USSF assets.  The program currently has two product lines that are developed and deployed for defensive requirements of cybersecurity and national security. The government’s intent is to award a commercial multiple award, indefinite delivery/indefinite quantity (MA-IDIQ) contract for the development, deployment, tuning, and continued expansion of the Cyber Operations product lines.  The government intends to use the Digital Bloodhound
IDIQ contract vehicle to develop and acquire software for these product lines that can be acquired via commercial software product development.  The government will assess capability statement from qualified, prospective suppliers capable of implement (as part of an Agile Release Train ART)) open architecture and non-proprietary solutions to improve Cyber Operations product lines, sharing and incorporating new data streams, tuned system performance, and implementation of cybersecurity and risk management techniques. MA-IDIQ Minimum RequirementsAgile/SAFe execution of the Cyber Operations contractual requirements will take place under Delivery Orders (DO) comprise of multiple Program Increments (PIs). Proposals for individual requirements may be evaluated based on the bidder’s technical solution, agile/SAFe experience, ART team composition, and cost/price.  Successful bidders would provide agile software development experience to join government counterparts in the ARTs implementation of Cyber Operations capabilities; with the ultimate deliverable for each DO being the software code developed to meet the minimum viable product (MVP) and definition of done (DOD) for the project.As part of the governments acquisition strategy, it has been determined to procure and maintain the Cyber Operations product lines at the appropriate product life cycle cost, the government control of the systems’ technical baseline is essential.  To ensure the technical baseline in maintained, the government’s position is it is entitled to government purpose rights in technical data and software. The goal is to award an IDIQ contract that will address the following Cyber Operations strategic themes:Agile improvements for information sharing, integration & interoperabilityAgile infrastructure improvements to current Cyber Operations product linesAgile integration of new mission systems and data streams to ensure the highest available cybersecurity of USSF and USAF mission systemsTypical requirements may involve, but are not limited to, the following:Deliver space enterprise protection and threat detection, identification, protection, and response capabilities through further development of the Cyber Operations product lines.Continuously integration and develop cybersecurity applications through agile software development practices to accommodate current and future mission systems.Development and delivery of code to government repositories and government hardware deployed to mission systems and development laboratories. Participation in demonstrations, analysis of alternatives to current application designs, software and hardware installations, and participation in agile software development activities.Section II: Instructions to RespondentsInterested companies must complete the questions in Attachment 2 and email the completed form to the Contracting Officer, doreen.barnett@spaceforce.mil and Program Manager, Capt Ryan Sans, ryan.sans@spaceforce.mil or via AMRDEC-Safe.   No changes to the attachment, such as font, font point size, or field parameters may be made.Disclaimer and Notes:SAM.gov will be the primary source of information for this acquisition. Interested parties should check for updates frequently and subscribe to the SAM.gov update service for the latest information.The program office intends to use Government personnel and third party, non-government (i.e., contractor) support personnel as subject matter experts in the review of responses received, including the review of any marked or unmarked proprietary information provided.  The following companies/organizations listed below may review the submissions.  All are bound by appropriate non-disclosure agreements with the USSF.FFRDC: The Aerospace Corporation, MITRE Corporation, Carnegie Mellon University Software Engineering Institute (SEI), Advisory and Assistance Services (A&AS) and their subcontractors: SAIC, Ensco, Karthik Consulting, FTI, Tecolote Research.As a general policy, contractors, which provide advisory and assistance services to the Agency, particularly in the engineering, acquisition support, and quality functional areas, cannot develop or support the development of the Agency’s procurement efforts.  This separation of contractual responsibilities is critical to ensuring the Agency obtains independent and objective advice.In accordance with Federal Acquisition Regulation (FAR) Part 15.201(e), response to this notice are not offers and cannot be accepted by the government to form a binding contract.  This notice neither constitutes a Request for Proposal (RFP), nor does it restrict the government to an ultimate acquisition approach. This notice should not be construed as a commitment by the government for any purpose. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.  Requests for a solicitation will not receive a response.  After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in www.sam.gov. The government will not reimburse contractors for any costs associated with preparing or submitting response to this notice. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.  The information provided may be used in developing an Acquisition Strategy, Statements of Work, Statements of Objectives, or solicitation.No propriety, classified, confidential, or sensitive information is being sought nor should be includes in your response.  The Government reserves the right to use any non-proprietary technical information in any resultant solicitation (s).All information received in response to this Sources Sought marked “Proprietary” will be protected and handled accordingly. If proprietary information is submitted, it must clearly be marked "proprietary" on every sheet containing such information and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., paragraph markings, image markings, or use an attachment or exhibit). Respondents are responsible for adequately marking proprietary information contained in their response. Responses to the notice will not be returned. 

Colorado Springs ,
 CO   USALocation

Place Of Performance : N/A

Country : United States

You may also like

RFI 04-04-2024 Marine Real-time Weather Data and Forecast Solution

Due: 06 Jun, 2024 (in 1 month)Agency: BC Ferry Services Inc

DJS-Security Systems R&M-IFB-ah

Due: 30 Jun, 2026 (in about 2 years)Agency: ISP - Illinois State Police

CYBER MULTIPLE AWARD IDIQ

Due: 24 Nov, 2025 (in 19 months)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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

Classification

naicsCode 541511Custom Computer Programming Services
pscCode DD01IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR)