The Department of Army, Army Materiel Command (AMC), Aviation and Missile Command (AMCOM) on behalf of the G6 Corporate Information Office, has a requirement for Cyber Security (CS) and Information Management (IM) support services as part of the Information Technology Support Services (ITSS) Program. Advertised at solicitation number W31P4Q-17-R-0133, the full RFP is expected to come out in November 2017 and set-aside for Women-Owned Small Businesses (WOSB). This contract will be a Performance-Based IDIQ with a Cost-Plus-Fixed-Fee (CPFF) Level-of-Effort (LOE) system covering a five (5) year period.

The Draft RFP published on September 21st defines the major contract requirements and the major contractor experiences needed. Based on this document, the Cyber Security and Information Management (CSIM) services will sustain and enable Weapon Systems Management; facilitate Industrial Base Operations and Systems Information Technology (IT) Life Cycle support; deliver mission-essential IT capabilities, and support Cyber-security (CS) mission goals and objectives.

The Information Management Support Services (IMSS) provided by CSIM will include IT Strategic and Capital Planning; Business Process Management and Re-engineering; Business Analysis; Data Analysis, Integrity and Review; Engineering Data Acceptance; Technical Data Package (TDP) Operations; Technical Writing/Editing; IT Asset Management; IM Project/Planning; Office Automation; Presentation/Exhibit Development; Content Management Support; and Scanning Support. Cyber-security (CS) supported services include oversight and management of intrusion detection through the use of specialized IT and information management tools; Risk Management Framework Assess and Authorize; Technical Vulnerability Assessment and Validation; CS Program Status, Tracking, and Reporting; Information Assurance (IA) Vulnerability Management; CS Program Awareness and Security Assessment(s) necessary to ensure compliance with DoD and Army CS policies covering all information systems and environments.

PROPOSAL STRUCTURE

The current proposal structure is subject to change but as is defined now, the offerors are instructed to demonstrate their capabilities to perform the tasks detailed in RFP Performance Work Statement (PWS) under five volumes:
Volume I – General Information
Volume II – Technical/Management
Volume III – Cost/Price
Volume VI – Past Performance
Volume V – Data Rights

BASIS FOR AWARD

This is a best-value evaluation process. The Technical/ factors are equal in importance and are both individually and collectively more important than the Cost factor. The Cost factor is more important than the Past Performance factor. All non-cost evaluation factors, when combined, are significantly more important than the Cost factor.

An Offeror must be rated at least Acceptable under the Technical/Management factor in order to be considered for award and must receive at least a Satisfactory performance confidence assessment in the Past Performance factor. Furthermore, an Offeror must possess an adequate accounting system in order to receive an award.

INCUMBENT

The incumbent contracts are held by Sentar, Inc. and Caelum Research Corporation, have a ceiling value of $16,152,878 and $86,719,356, respectively. However it seems that the scope of the solicitation has changed and there will be only 1 award made (this is not a multiple-award IDIQ).

Much preparation is needed on behalf of competent WOSB firms interested to compete for CSIM RFP.