Colorado Bids > Bid Detail

Cyber Operations Digital Bloodhound IDIQ

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159449465789752
Posted Date: Oct 25, 2022
Due Date: Aug 19, 2022
Solicitation No: FA8819-22-R-1003
Source: https://sam.gov/opp/f5f375fbf9...
Follow
Cyber Operations Digital Bloodhound IDIQ
Active
Contract Opportunity
Notice ID
FA8819-22-R-1003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFSPC
Sub Command
SPACE AND MISSILE COMMAND
Sub Command 2
SPACE SYSTEMS2
Office
FA8819 SPECIAL PROGRAMS DIR SMC SP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Oct 25, 2022 09:33 am PDT
  • Original Published Date: Jul 20, 2022 01:13 pm PDT
  • Updated Response Date: Aug 19, 2022 05:00 pm PDT
  • Original Response Date: Aug 19, 2022 05:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 11, 2022
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DD01 - IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR)
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Colorado Springs , CO
    USA
Description View Changes

Update on Acqusition Strategy - 25 October 2022:



The Government has decided to utilize the GSA OASIS 5B contract for the Cyber Operations Digitial Bloodhound acqusition. The team appreciates all the interest and responses recieved by Industry.







Section I: Purpose/Background



The 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.




  1. MA-IDIQ Minimum Requirements



Agile/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 & interoperability

  • Agile infrastructure improvements to current Cyber Operations product lines

  • Agile integration of new mission systems and data streams to ensure the highest available cybersecurity of USSF and USAF mission systems




  1. Typical requirements may involve, but are not limited to, the following:




  1. Deliver space enterprise protection and threat detection, identification, protection, and response capabilities through further development of the Cyber Operations product lines.

  2. Continuously integration and develop cybersecurity applications through agile software development practices to accommodate current and future mission systems.

  3. Development and delivery of code to government repositories and government hardware deployed to mission systems and development laboratories.

  4. 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 Respondents



UPDATE: Interested companies must complete the questions in Attachment 2 and email the completed form to the Contracting Officers, doreen.barnett@spaceforce.mil and ashley.irizarry@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.





CORRECTION: The size standard for NAICS 541511 is $30M.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 310 535-2632 483 N AVIATION BLVD
  • EL SEGUNDO , CA 90245-2808
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >