THIS IS A SOURCES SOUGHT NOTICE FOR PLANNING PURPOSES ONLY. This notice closes on 15 June 2018 at 4:00 p.m. EST. The government is seeking industry input from both large and small business sources at this time. The applicable North American Industry Classification System (NAICS) for this requirement is 611420, with a corresponding size standard of $11M. Interested parties must be registered under NAICS 611420 in SAM (System for Award Management) via
www.sam.gov. HQ ACC AMIC/PKD is in the process of determining the acquisition strategy to obtain non-personal services for US Northern Command (USNORTHCOM) and US Southern Command (USSOUTHCOM) partner nations Western Hemispheric Cybersecurity Training contract. The scope of this effort is to develop and deliver Western Hemispheric Cybersecurity Training Environment to US Northern Command (USNORTHCOM) and US Southern Command (USSOUTHCOM) partner nations. The training will equip the
USNORTHCOM and USSOUTHCOM partner nations with the knowledge, skills and abilities necessary to defend network infrastructure, detect cyber intrusions, identify hacker techniques, counter cyber-attacks, and if an attack is detected react quickly and effectively performing computer forensics for investigation and analysis. The objective is to enable the USNORTHCOM and USSOUTHCOM partner nations to prevent, detect, identify and mitigate effects of cyber-attacks to government and military networks. The Western Hemispheric Cybersecurity Training Environment will replicate complex, large-scale, heterogeneous networks and users in current and future partner nation systems and operations and conduct unbiased, quantitative and qualitative assessment of information assurance and survivability. The Contractor shall provide cybersecurity professional training critical to the skills development of cyber professionals and practice with the latest techniques in cyber protection. The government anticipates making award on or about September 2018. The contract period of performance will begin on or around October 2018. The contract period of performance will be October 2018 – September 2020, including option years. The Request for Proposal (RFP) release date is to be determined. Please note: At this time there is no estimated posting timeframe. It is the responsibility of the interested parties to monitor the Federal Business Opportunity website via
www.fbo.gov for all subsequent postings. The government is seeking industry input to determine if there are adequate interested parties capable of performing this requirement. This is not a formal Request for Proposal (RFP), no contract will result from this notice, nor does it commit the government to any acquisition for these services. All interested parties should submit a capabilities package (no more than 5 pages total) outlining your company’s key business abilities relevant to the performance of this requirement. Please submit the requested information to this office by no later than 15 June 2018 at 4:00 p.m. EST. The internet and e-mail shall be used as the primary means of disseminating and exchanging all information. The government will provide an email confirmation acknowledging receipt of information submitted. If you have any difficulties with emailing your response and/or confirmation of receipt is not received, then you are encouraged to contact the POC for this effort. Please submit your questions/comments to PHILLIP X. CHOY, Capt, USAFContract ManagerACC AMIC/PKDAcquisition Management & Integration CenterCOMM: (757)
225-3703Phillip.Choy@us.af.mil Include the following information about your organization in your response: Name of OrganizationAddressTelephone NumberPoint(s) of ContactE-Mail AddressesCage Code DUNS Number Contact Information: Phillip Choy, Contract Manager, Phone 2253703, Email
Phillip.choy@us.af.mil Office Address :129 Andrews Ave, STE 110 Langley AFB VA 23665 Location: AMIC CONTRACTING OFFICE Set Aside: N/A