Notice of Intent to Sole Source - Installation, Configuration, and Deployment of Chameleon

Agency: STATE, DEPARTMENT OF
State: Virginia
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159258014817995
Posted Date: Apr 23, 2024
Due Date: May 8, 2024
Solicitation No: 106924A5857
Source: Members Only
Follow
Notice of Intent to Sole Source - Installation, Configuration, and Deployment of Chameleon
Active
Contract Opportunity
Notice ID
106924A5857
Related Notice
Department/Ind. Agency
STATE, DEPARTMENT OF
Sub-tier
STATE, DEPARTMENT OF
Office
ACQUISITIONS - AQM MOMENTUM
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 23, 2024 01:57 pm EDT
  • Original Response Date: May 08, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Arlington , VA
    USA
Description

The Department of State (DOS), Office of Acquisition Management (AQM), Diplomatic Security Contracts Division (DSCD), Security Branch (SB) intends to award a labor hour contract on a sole source basis in accordance with 41 U.S.C.3304(a)(1) as implemented by the Federal Acquisition Regulation (FAR) subpart 6.302-3, "Industrial mobilization; engineering, developmental, or research capability; or expert services.”



The proposed source is The MITRE Corporation, located at 7515 Colshire Drive, McLean, VA 22102.



The Office of Open Source Intelligence (OSN) has a requirement to enhance its abilities for the online identification and collection of emerging threats, incidents, and indicators of potential security risks identified through social/news media and other online sources of publicly available information associated with Department personnel and facilities worldwide.



When accessing online content, users transmit technical information, such as their IP address, personal settings, and browsing activity, to the websites and networks that they access. Individuals with access to this technical information such as other users, hosts, and webmasters may be able to use this data to deduce information about the originating user, including USG affiliation or individual identity.



The requirement is to provide installation, initial configuration, enhanced capability development, and deployment of MITRE- developed Chameleon tool to support the Office of Open Source Intelligence.



The contractor will:




  1. Deploy the HSSEDI-funded and developed Chameleon capability into the DS provided cloud resource.

  2. Partner with OSN to explore adding additional tools and/or enhancements that require managed-attribution support to the Chameleon core and engagement surface tool offerings.

  3. Partner with OSN to integrate existing tools that require managed-attribution support to the Chameleon core and engagement surface tool offerings.

  4. Provide initial training and associated pre-existing content on the Chameleon tools and provide over-the-shoulder support to build DS operator proficiency and train DS administrators.



The period of performance is 12 months.



This notice is published for informational purposes only and is not a request for competitive quotations.

However, any firm who believes they can meet this requirement may submit a response in writing. Responses must include a written narrative statement of capability, including detailed technical information demonstrating the company's ability to meet the above requirements. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Written responses must be received no later than fifteen (15) calendar days after publication of this notice to the person listed as the Government point of contact in this announcement. All questions must be submitted in writing to the attention of the Government point of contact. If no responses are received, the Government will proceed with the sole source negotiation.



Nothing herein should be misconstrued as a request for competitive proposals, quotes, or bids. No solicitation documentation is available or will be issued.



The National Industry Classification Systems (NAICS) Code is 541511, and the size standard is $34.0M.


Attachments/Links
Contact Information
Contracting Office Address
  • US DEPT OF STATE, 2201 C ST NW
  • WASHINGTON , DC 20520
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 23, 2024 01:57 pm EDTPresolicitation (Original)

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 >