Cyber Storm Exercise Support

Agency:
State: Virginia
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159898244514027
Posted Date: Nov 1, 2023
Due Date: Nov 20, 2023
Source: Members Only
Follow
Cyber Storm Exercise Support
Active
Contract Opportunity
Notice ID
ISD-CE-24-2308171212
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
OFFICE OF PROCUREMENT OPERATIONS
Office
CISA CONTRACTING ACTIVITY
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 01, 2023 04:24 pm EDT
  • Original Published Date: Nov 01, 2023 04:14 pm EDT
  • Updated Response Date: Nov 20, 2023 01:00 pm EST
  • Original Response Date: Nov 15, 2023 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 05, 2023
  • Original Inactive Date: Nov 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R405 - SUPPORT- PROFESSIONAL: OPERATIONS RESEARCH/QUANTITATIVE ANALYSIS
  • NAICS Code:
    • 541690 - Other Scientific and Technical Consulting Services
  • Place of Performance:
    Arlington , VA 22203
    USA
Description

INTRODUCTION



The Cybersecurity & Infrastructure Security Agency (CISA) is issuing a Sources Sought Notice (SSN) as a means of conducting market research to identify potential qualified vendors with an interest in and capability to support the requirement noted in the attached, DRAFT Statement of Work (SOW).



This SSN is for planning purposes only and shall not be construed as an obligation on behalf of the Government.



This is NOT a Request for Quotations or Proposals. No solicitation document exists, and the Government may or may not issue a formal solicitation resulting from the responses received to this SSN.



The Government will not pay for any response expenses. All costs incurred responding to this SSN will be solely at the interested party's expense. Failure to respond to this SSN will not preclude participation in any future solicitation. Any information received will become the property of the Government and will not be returned to the submitter. Interested parties are responsible for adequately marking proprietary or sensitive information.



Government technical experts drawn from staff within CISA, and other federal agencies may review responses. The Government may use selected support contractor personnel to assist in the review of the SSN responses. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary information.



Review the attached, DRAFT SOW for detailed description of requirement.



ELIGIBILITY



The applicable NAICS code for this requirement is 541690, Other Scientific and Technical Consulting Services. The Product Service Code is R405 Support- Professional: Operations Research/Quantitative Analysis.



Note: In accordance with DHS Directive 060-01, Development and Use of Strategic Sourcing Contract Vehicles, dated 24 August 2012, strategic sourcing vehicles are mandatory for use, with limited exceptions. Therefore, a strategically sourced contract vehicle will take priority over awarding a standalone CISA contract.



SUBMISSION DETAILS



Interested businesses should submit a brief capabilities statement package (up to ten (10) 8.5 x 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the services listed in this announcement. Questions/feedback is to be no more than five (5) pages with same specifications as noted above.



Responses to this SSN, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email no later than November 20, 2023, at 1:00 p.m. ET.



Note: The Government reserves the right to hold one-on-one meetings resulting from SSN responses received as part of its market research. Meetings may be held with companies who provide comprehensive and relevant responses to the topic and questions in this notice.



All responses under this SSN must be emailed to:



Tammy Shumate, Contract Specialist, tammy.shumate@cisa.dhs.gov and



Patricia Smart, Contracting Officer, patricia.smart@cisa.dhs.gov



If your organization has the potential capacity to provide the required services, submit the following information:




  1. Organization name, UEI, CAGE code, Business size (large or small) and socio-economic status (i.e., 8(a), Small Disadvantaged, HUBZone, Service-Disabled Veteran-Owned, Women-Owned Small Business, etc.), address, primary points of contact (POCs) and their email address, web site address, and telephone number.

  2. Identify any strategic sourcing vehicles or federal supply schedules your company is included on.

  3. Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff ability.

  4. Include the type of work your company has performed within the last three (3) years in support of the same or similar requirements (similar in size, scope, and complexity).




  • Provide examples that reflect your company’s capabilities in the task areas outlined in the DRAFT SOW and specify whether support has been provided as a prime contractor or subcontractor.

  • If significant subcontracting or teaming is anticipated; identify potential team members (if known) and describe the administrative and management structure of such arrangements.



All data received in response to this SSN that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


Attachments/Links
Contact Information
Contracting Office Address
  • 245 Murray Lane, SW
  • Washington , DC 20528
  • 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 >