Maryland Bids > Bid Detail

PM IS&A Cybersecurity Support Services Solicitation

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159950895248394
Posted Date: Dec 2, 2022
Due Date: Aug 2, 2022
Solicitation No: CybersecurityServices_Solicitation_W56KGY22R0016
Source: https://sam.gov/opp/d5cec2365b...
Follow
PM IS&A Cybersecurity Support Services Solicitation
Active
Contract Opportunity
Notice ID
CybersecurityServices_Solicitation_W56KGY22R0016
Related Notice
CybersecurityServices_PreSynopsis_10May2022
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG
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: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 02, 2022 02:39 pm EST
  • Original Published Date: Jun 24, 2022 10:55 am EDT
  • Updated Date Offers Due: Aug 02, 2022 05:00 pm EDT
  • Original Date Offers Due: Jul 25, 2022 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 01, 2023
  • Original Inactive Date: Aug 09, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description View Changes

***UPDATE 02 December 2022: The Government is notifying Offerors of the following information:



Amendment 0004 is released to the GPE which incorporates the revised Attachment 0004, Level of Effort and Labor Descriptions spreadsheet, of Section J. The updated Attachment reflects the changes in hours to the Base Year Period of Performance made in Amendment 0003. No other changes to the solicitation or award date are made at this time.***





***UPDATE 01 December 2022: The Government is notifying Offerors of the following information:



The date of award for this contract opportunity is extended to 25 February 2023 to allow ample time to complete source selection. The Government has established the Competitive Range and notified all Offerors of their status. Discussions are to be held with Offerors within the Competitive Range. Offerors will be contacted idividually regarding discussions and their proposals. Amendment 0003 is released to the GPE updating the the performance periods and making minor edits to the solicitation. The full details of the Amendment can be found in the Section A narrative.***





***UPDATE 25 October 2022: The Government is notifying all Offerors of the following information:



The active incumbent contract has been extended through 26 December 2022. Due to this change, the award date for this contract opportunity has also been extended tentatively to 25 November 2022. The Government will be establishing a Competitive Range, and holding Dicussions with Offerors within the competitve range. Offerors not included in the competitive range will be notified of their exclusion. Notifications and Discussions will take place in the coming weeks. More information will be released through this SAM.gov posting, as it becomes available. No action is required of the Offerors at this time. This update is for informational purposes only.***





***UPDATE 01 August 2022: The Government is providing a minor clarification in regards to RFP, Section L, "IMPORTANT NOTES" - (Page 63 of 73 of the "Conformed Copy"):

This section states:

"...

Phase-In Period (30 days): 31 October 2022 30 November 2022

Base Year (12 Months): 31 October 2022 30 October 2023

..."

This section is only meant to provide a high-level view of the Performance Periods on the contract. The "Base Year" Period of Performance being an aggregate of CLINs 0001-0003, despite Phase-In (CLIN 0001) being also listed separately. The ordering periods of CLINs 0001 and 0002 were discussed and adjusted in the previous two updates, and Amendment 0002. To reiterate: CLIN 0001 ordering period is the first one (1) month after contract award, and CLIN 0002 ordering period is the eleven (11) months immediately following. Both periods together make up the first year of labor performance on the contract. No changes to the RFP or attachments are being made, or planned at this time.

The submission deadline has not changed, and submissions shall be no later than (NLT) 5:00 PM Eastern Time on 02 August 2022 via DoD SAFE, using the instructions previously provided.***





***UPDATE 29 July 2022: The Government is releasing Amendment 0002 to Solicitation W56KGY-22-R-0016. The Amendment has been uploaded as an attachment, along with the updated RFP attachments. A conformed copy of the Solicitation, showing the original solicitation with both amendments applied, is also uploaded. The original documents have not been removed from the posting and will still be available for download. A summary changes can be found in the Section A Narrative of the amended Solicitation. Additional clarifications and minor changes to those described in the 27 July 2022 update were included. Due to unforseen delays in releasing Amendment 0002, the proposal submission deadline has been extended once again, and submissions shall be no later than (NLT) 5:00 PM Eastern Time on 02 August 2022 via DoD SAFE, using the instructions previously provided.***





***UPDATE 27 July 2022: The Government is planning an Amendment (0002) to Solicitation W56KGY-22-R-0016, however ACC is experiencing issues with its Contract Writing System and cannot finalize the amendment at this time. Once the amendment is processed, it will be provided ASAP in a subsequent update to this SAM posting. The amendment will incorporate minor changes and clarifications which will be detailed below for offeror's advanced awareness:




  1. Attachment 0002 - The Basis of Estimate (BOE) file reference under technical volume will now be removed, as detailed in the Q&A document (Attachment 0007) questions 34, 73, 97, & 98. This was meant to be included in the previous amendment.

  2. RFP Section L.II.2, Corporate Experience - The reference to page limit will be changed from four (4) to six (6) pages, as detailed in the Q&A document (Attachment 0007) question 55. This was also meant to be included in the previous amendment.

  3. RFP Section B, CLINs 0001-3002 - All CLIN narratives will be updated to reference the newest version of the PWS (20 July 2022) which was incorporated by Amendment 0001.

  4. RFP Section B, CLINs 0001 (Services, Phase-in) & 0002 (Services, Base Year) Ordering Periods - The ordering periods for both of these two CLINs currently start at contract award, and therefore overlap. Although this simplified pricing by making the base year and option periods equal lengths, it has caused confusion on how to prepare the Cost/Price Volume. The following changes will correct and clarify this:

    1. The Phase-in ordering period will be unchanged. It will start at contract award and be one (1) month in length. Offerors are to propose their own pricing for this CLIN in their Cost/Price Volumes, according to their phase-in plan of when employee positions will start during that period. There are no hours provided in the LCAT/LOE (Attachment 0004) document for this period, as the offerors are to utilize their own Level of Effort estimations.

    2. The base year ordering period will be adjusted from twelve (12) months to eleven (11) months, and will begin immediately after the phase-in period. This will remove any overlap, and the phase-in and base period together will constitute the first year of performance on the contract.

    3. Attachment 0004, LCAT/LOE speadsheet - The hours shown for the BASE YEAR ONLY of each Labor Category will be reduced by 1/12th to account for the change in the ordering period from twelve (12) months to eleven (11) months. Offerors are to adjust their Cost/Price Volumes by plugging in the new hours into the appropriate locations on their spreadsheet. Spreadhseets should be formula driven with cell references, so this change should update totals that appear elsewhere. Offerors are reminded to check any references to total prices in Volumes I or IV once this change has been incorporated.

    4. The answers given to Questions 16 & 77 of the Q&A document (Attachment 0007) are still valid, however the base year hours of Attachment 0004 will be reduced, as described in the point above.



  5. The proposal deadline will be extended further to 5:00 PM, Monday, August 01, 2022 to allow extra time for any proposal revisions/review in response to these changes.



ACC will finalize and release Amendment 0002 incorporating the above changes, as soon as practically possible. The proposal submission deadline has been extended, and submissions shall be no later than (NLT) 5:00 PM Eastern Time on 01 August 2022 via DoD SAFE, using the instructions previously provided.***





***UPDATE 22 July 2022: The Government is releasing Amendment 0001 to Solicitation W56KGY-22-R-0016. The Amendment has been uploaded as an attachment, along with the updated RFP attachments, and the Questions and Answers document. The original documents have not been removed from the posting and will still be available for download. A summary of key changes can be found at the end of the Questions and Answers document. The proposal submission deadline has been extended, and submissions shall be no later than (NLT) 5:00 PM Eastern Time on 29 July 2022 via DoD SAFE, using the instructions previously provided.***





***The Government is planning an Amendment (0001) to Solicitation W56KGY-22-R-0016, to be released by COB 22 July 2022. A Questions and Answers document will accompany the updated SAM posting. Due to the amount of questions received, and the proposed changes to the RFP, the proposal submission deadline will be extended for this solicitation. The extended deadline will ensure offerors have seven (7) caldendar days to review the Q&A document and amended solicitation, and make any adjustments to their proposals. The exact date of the extended deadline will be released with the upcoming Amendment and update to this SAM posting. No changes, outside of this update notice, have been made at this time.***





***UPDATE 20 July 2022: The Government is planning an Amendment (0001) to Solicitation W56KGY-22-R-0016, to be released by COB 22 July 2022. A Questions and Answers document will accompany the updated SAM posting. Due to the amount of questions received, and the proposed changes to the RFP, the proposal submission deadline will be extended for this solicitation. The extended deadline will ensure offerors have seven (7) caldendar days to review the Q&A document and amended solicitation, and make any adjustments to their proposals. The exact date of the extended deadline will be released with the upcoming Amendment and update to this SAM posting. No changes, outside of this update notice, have been made at this time.***




  1. The United States Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, MD 21005, on behalf of US Army Project Manager Intelligence Systems & Analytics (PM IS&A), intends to solicit and award a new Single Award, Cost Plus Fixed-Fee (CPFF) & Cost No Fee (CNF), Indefinite-Delivery/Indefinite-Quantity (ID/IQ) type contract. The Period of Performance will be a single 12-month base period, followed by three (3) 12-month option periods for a total of 48 months. This opportunity is availble only to eligible SBA 8(a) program participants. It will be awarded using best value tradeoff procedures and will utilize source selection procedures in accordance with FAR part 15, “Contracting by Negotiation”.

  2. The Contractor shall provide Cybersecurity support and services for System Security Engineering, Cloud Security Engineering, Assessment and Authorization (A&A), and Cybersecurity Field Service Engineer (FSE). Cybersecurity support and services include, but are not limited to, analyze, access, integrate, document, enhance, improve, modernize, implement, test, monitor, sustain, and maintain PM IS&A cybersecurity posture and capabilities. It includes all cyber domain activities in order to ensure process efficiencies, standard compliance, and interoperability.

  3. The following attachments are included in this notice's Attachments/Links section:

    1. Exhibits A & B, both dated 08 June 2022.

    2. Attachment 0001 - Cybersecurity Support Services Performance Work Statement, dated 23 June 2022.

    3. Attachment 0002 – Solicitation Tables, dated 14 June 2022.

    4. Attachment 0004 – Level of Effort and Labor Descriptions, dated 08 June 2022.

    5. Attachment 0005 – GFP Attachment, dated 19 May 2022.

    6. Attachment 0006 – Quality assurance Surveillance Plan, dated 10 June 2022.

    7. Past Performance Questionnaire, dated 24 June 2022.



  4. The Solicitation Attachment listed below is considered Controlled Unclassified Information (CUI) and is available to interested parties by request via email to ACC-APG. For access to this document, please send an email with your company's CAGE code to both the secondary and primary point of contact shown further below, and ACC-APG will create a DoD SAFE Drop-Off link to be sent within 48 Business Hours of the request:

    1. Attmt 0003 – DD Form 254, dated 08 June 2022.



  5. If you choose to submit a proposal, it shall be submitted via DoD SAFE, following instructions in Section L of the RFP, to both of the Government Points of Contact (POC):

    Mr. Thomas J. Lueddeke

    Contract Specialist

    E-mail: thomas.j.lueddeke.civ@army.mil

    and

    Mr. Larry Holton

    Team Lead Contracting Officer

    E-mail: lawrence.j.holton.civ@army.mil


  6. Proposal submission shall be no later than (NLT) 5:00 PM Eastern Time on 25 July 2022 via DoD SAFE. Offerors are required to represent their size and socioeconomic status in writing at the time of initial offer. Email submissions are acceptable if the DoD SAFE site is unavailable. The size per e-mail shall not exceed 9MB. If necessary, Offerors may submit multiple emails. If a complete proposal is not submitted by this closing time, the Offeror’s proposal will not be considered for award. If the Offeror does not receive confirmation of receipt, it is the responsibility of the Offeror to contact the POCs identified above to confirm their proposal has been received. Confirmation of receipt does not equate to confirmation of contents of the proposal.

  7. All inquiries shall be submitted via email to both of the POCs identified above NLT 5:00 PM Eastern Time on 11 July 2022. It is preferred that only one (1) set of questions be submitted by each Offeror instead of submitting multiple sets of questions. Questions received after the date and time may not be answered prior to the closing date/time for receipt of submissions. If an Offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offeror shall notify the Government POCs during the question period in writing with supporting rationale, as well as the remedies the Offeror is asking the Government to consider as related to the omission or error.

  8. All communications concerning this opportunity shall be conducted in writing only and directed to the Government points of contacts identified in this posting. Offerors shall not contact any Government personnel other than the persons identified concerning this opportunity. Contacting any Government personnel other than the individuals identified may result in an organizational conflict of interest (OCI) and may result in an Offeror being excluded from competition and award.



The closing date for this solicitation is Monday, 25 July 2022 at 5:00PM EST


Attachments/Links
Contact Information
Contracting Office Address
  • DIV C HQ CECOM CONTRACTING CTR 6565 SURVEILLANCE LOOP
  • ABERDEEN PROVING GROU , MD 21005-1846
  • 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 >