Presolicitation Notice – Request for Information Cybersecurity Risk Management Services
Notice Type: Presolicitation Notice
Posted Date:
Office Address:
Subject: Request for Information Cybersecurity Risk Management Services
Classification Code: R - Professional, administrative, and management support services
Solicitation Number: FA3002-16-RFI-Cybersecurity_Risk_Management_Services
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 78150
Place of Performance Country: US
Description:
AFICA
AFICA- CONUS
REQUEST FOR INFORMATION (RFI) Cybersecurity Risk Management Services This Request for Information (RFI) is issued solely for information and planning purposes. In accordance with FAR 15.201(e) and FAR 52.215-3, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This
SUMMARY: AFICA 338 SCONS/PKD is conducting market research to gather information on the contractor's capability to effectively provide Risk Management Framework (RMF)/Cybersecurity support to complete tasks such as but not limited to, Assessment and Authorization (A&A) and Information System Security Manager (ISSM), and Authorization Officials (AOs) to complete tasks such as Security Control Validation, Enterprise Mission Assurance Support Service (eMASS) account management and Federal Information Systems Management Act (FISMA) compliance.
TECHNICAL DESCRIPTION: Two teams of Cybersecurity professionals are required under this requirement. The first team will be responsible for: managing and updating all process related documentation; DIACAP Certification & Accreditation (C&A); managing current as well as developing new RMF A&A packages; and completing required documentation to support Federal Information Systems Management Act (FISMA) reporting. The second team will be responsible for: operating as the AO's support staff; completing the Security Validation role in the Control Approval Chain; performing eMASS administration; maintenance and monitoring of AETC FISMA metrics; providing RMF and DIACAP Subject Matter Expert (SME) support; and performing as a technical interface and liaison in the DIACAP/RMF process. RESPONSE FORMAT: Please provide answers for each of the following questions, utilizing the existing numbering scheme for each response and limiting your total response for this
2. Describe your capability to meet the technical requirements described in the attached draft Performance Work Statement (PWS). Specifically, describe how you will meet the requirements of the two task areas required in paragraphs 3.1. and 3.2. of the PWS. 3. Describe your experience with similar requirements to include the type of contract. 4. Provide any comments or questions on the RMF process as it is outlined in the PWS. 5. Provide any comments or questions on the draft PWS and/or a firm-fixed price contract type. 6. Large businesses will be required to provide a small business subcontracting plan indicating whether or not they can meet
ADMINISTRATIVE INFORMATION: Small Business (SB) Set-Aside Determination. The Government reserves the right to decide whether or not a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to the notice by providing the information specified above no later than
Contract Specialist:
Contracting Officer:
Link/URL: https://www.fbo.gov/notices/f6be8009e733b735f85a3e2c26f63345
Sources Sought Notice – Q– MEDICAL CODING SERVICES – STL
Laurie Munson Appointed Vice President, Global Services
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News