Cyber Risk Assessment III
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Jun 14, 2023 02:43 pm PDT
- Original Response Date: Jun 29, 2023 12:00 pm PDT
- Inactive Policy: Manual
- Original Inactive Date: Jun 14, 2024
- Initiative:
- None
Classification
- Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Product Service Code: DJ10 - IT AND TELECOM - SECURITY AND COMPLIANCE AS A SERVICE
- NAICS Code:
- 541512 - Computer Systems Design Services
- Place of Performance:
Description
The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA is issuing a Request For Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ), Cost Plus Fixed Fee (CPFF), five-year contract as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside for Cyber Risk Assessment to be posted in Contract Opportunities on the SAM website at http://sam.gov/ on or about 29 June 2023.
Background: Current global conflicts reinforce that cyber threats to United States (U.S.) infrastructure and military systems are real and significant. Cyberspace is traditionally defined as "a global domain within the information environment consisting of the interdependent network of information technology infrastructures, including the internet, telecommunications networks, computer systems and embedded processors and controllers” (Joint Publication 3-12 (R) Cyberspace Operations). The focus of this requirement is embedded systems, to include Circuit Card Assemblies (CCA), processors, controllers, firmware, and Real Time Operating Systems (RTOS).
This requirement is a follow-on procurement to a competitively-awarded, non-performance based, non-personal services contract N68936-19-D-0040 (NAICS Code 541512), which is currently being performed by RTL Networks. The existing contract is a term type, hybrid contract consisting of Cost Plus Fixed-Fee (CPFF) for labor and COST contract line items (CLINs) for material and travel. This contract is due to expire 06 August 2024. This contract is available at http://foia.navair.navy.mil.
Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government.
Written responses to this notice shall be submitted by e-mail to the point(s) of contact listed below no later than 15 days from this notice date. More information shall be provided in the Request for Proposal (RFP) Solicitation N6893622R0043.
Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled information in Contract Opportunities within beta.sam. See the DLA website for the Joint Certification Program: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/
Attachments/Links
Contact Information
Contracting Office Address
- WEAPONS CT 25400E D 429 E BOWEN RD STOP 4015
- CHINA LAKE , CA 93555-6018
- USA
Primary Point of Contact
- Sonia Santana
- sonia.santana.civ@us.navy.mil
- Phone Number 7607933343
Secondary Point of Contact
- John Faria
- john.j.faria2.civ@us.navy.mil
- Phone Number 7607933476
- Fax Number 7609395694
History
- Jun 14, 2024 09:04 pm PDTPresolicitation (Original)
- Jul 20, 2023 08:55 pm PDTSources Sought (Updated)