29 March 2017

Request for Information (RFI) for Cyber Electronic Warfare Techniques Against Electromagnetic Communications & Computer Networks


Synopsis:

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES.

The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, Maryland 21005 is conducting a Market Survey to identify potential sources for the procurement of cyber electronic warfare capabilities. This RFI is not related to any current work.

The U.S. Army intends for its subject matter expert cyber team to review submissions to gain knowledge of technology. Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publically released. In accordance with FAR 15.201 (e) responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The Government may utilize responses received as market research to in the future support an award decision for a contract action.

Background and Description:

This RFI by the Army seeks industry feedback on expertise on cyber electronic warfare capabilities. More specifically, information is sought on existing technical capabilities for, and expertise to complete research and development of, cyber electronic warfare techniques and capabilities against traditional electromagnetic communications and computer networks, non-traditional electromagnetic communication networks, and non-traditional electromagnetic non-communications networks to:

• Complete reverse engineering and vulnerability analysis against systems

• Surgically destroy, disrupt, deny, deceive, degrade, delay, target, neutralize or influence threat information systems, networks and their components, threat systems/nodes, and other communications and non-communications systems

• Accomplish surgical radio frequency jamming

• Exploit systems or networks to manipulate data, conduct electronic support functions, and/or conduct Denial of Service (DOS) attacks

• Operate against systems or networks to manipulate data and/or conduct denial of service, with or without direct intrusion into the threat system or network

The Government is requesting contractors provide sufficient information in the form of a white paper which demonstrates that the contractor can develop and perform capabilities at Technology Readiness Levels of 3 to 6.

Technology Readiness Level Description

(3) Analytical and experimental critical function and/or characteristic proof of concept Active research and development is initiated. This includes analytical studies and laboratory studies to physically validate analytical predictions of separate elements of the technology. Examples include components that are not yet integrated or representative. 

(4) Component and/or breadboard validation in laboratory environment Basic technology components are integrated to establish that they will work together. This relatively "low fidelity" compared to the eventual system. Examples include integration of "ad hoc" hardware in the laboratory.

(5) Component and/or breadboard validation in relevant environment Fidelity of breadboard technology increases significantly. The basic technological components are integrated with a simulated environment. Examples include "high fidelity" laboratory integration of components.

(6) System/subsystem model or prototype demonstration in a relevant environment Representative model or prototype system, which is well beyond that of TRL 5, is tested in environment. Represents a major step up in a technology's demonstrated readiness. Examples include testing a prototype in a high-fidelity laboratory environment or in simulated operational environment.

Interested sources are requested to submit a brief Summary of Capabilities. In addition, interested sources must address the following Market Survey Questionnaire:

1. Administrative Information:

a. Company Name

b. Mailing Address and Website

c. Commercial and Government Entity (CAGE) Code

d. North America Industry Classification System (NAICS) number, with associated Business size and eligibility under U.S. Government socio­ economic programs and preference (i.e., type of business - large, small, small-disadvantaged, woman-owned, veteran-owned, or 8(a))

e. Data Universal Numbering System (DUNS) number

f. Location of facility(s)

g. Subcontracting Plan (if applicable)

2. Person(s) Responding to RFI

a. Name

b. Title

c. Company Responsibility/Position

d. Telephone Number/Fax Number

e. Email Address

3. Security

a. Do you have a Facility Security Officer (FSO)? If so, provide contact information.

b. Is your company foreign owned? If so, what is the country of origin and is the company fully or partially owned?

c. Do you have foreign national employees? If so, what is the country of origin? 

d. Has your company implemented an Operations Security (OPSEC) Plan?

e. Does your company have experience with a Program Protection Plan?

f. Is your company currently able to transmit unclassified data in accordance with U.S. Government data encryption requirements?

g. Does your company have experience with compliance of DD-254-Department of Defense Contract Security Classification Specification? If so, what procedures does your company use to enforce DD 254 compliance with subcontractors?

h. Does your company have the ability to operate and maintain a secure shared data collection site (manpower, estimate labor hours, and total payments) between contractor and Government?

i. Any potential sources will require properly accredited Top Secret/Sensitive Compartmented Information (TS/SCI) facilities, with adequate TS/SCI cleared personnel to manage and support any efforts that may result from this Request for Information. A copy of the facilities' accreditation is to be submitted; please include a copy with your response.

Contractors may only provide one submission per CAGE code. Contractors may submit multiple capabilities within one submission. Additional capabilities must be provided within the confines of the page limits, provided below. If your company has different business sectors which hold different CAGE codes, each sector can submit a capability package. In addition, each CAGE code must provide separate facility clearance documentation. If teaming, use the Prime Contractor's CAGE code in the response.

Submission of proprietary and other sensitive information must be marked and identified with disposition instructions. Submitted material will not be returned.

Submit RFI questions to usarmy.apg.acc.mbx.aberdeen-3@mail.mil. All submissions of questions must have the RFI # listed in the subject. Do not send classified information to this email address. Questions will only be accepted in writing. No phone calls will be accepted. The website direct link to the regulation regarding the handling (to include transmission) of classified material is:


Department of Defense Manual (DoDM) 5200.01 V3, Enclosure 4, page 55 addresses the handling of SECRET material.

All submissions must consist of two CD ROMs of all material in Microsoft Word format (1" margins and 12 point Arial or Times New Roman Font), mailed to:

Army Contracting Command

ATTN: Myra Pilachowski, Contract Specialist

6001 Combat Drive

Aberdeen Proving Ground, Maryland 21005

Label each CD ROM clearly with: RFI # W56KGY-17-R-0019, respondent organization and Point(s) of Contact.

Page Limits:

The page limitation for the Statement of Capabilities is 20 pages, including pictures, figures and tables. The page limitation for the Market Survey Questionnaire is 15 pages. The entire package can be no more than 35 pages.

The Government does not require the contractor to have TS//SCI facilities at the time of the White Paper/Sources Sought submission. The contractor shall have accredited TS//SCI facility no later than RFP release. If the facility accreditation is available, submit with the white paper. Facilities must be accredited prior to the award of any contract resulting from any solicitation utilizing the results of the RFI.

If you intend to submit classified information in response to this request, please contact

usarmy.apg.acc.mbx.aberdeen-3@mail.mil prior to submission. For a variety of security reasons, we will not be accepting submissions above the level of SECRET.

The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes. The Government may utilize responses received as market research to in the future support an award decision for a contract action.

Questions regarding this RFI must be emailed to: usarmy.apg.acc.mbx.aberdeen-3@mail.mil. All submissions of questions must have the RFI # listed in the subject. No phone calls will be accepted.

White paper responses to this RFI must be received no later than 2:00pm Eastern Standard Time on 31 March 2017.

Contracting Office Address:

6001 COMBAT DRIVE

Aberdeen Proving Ground, Maryland 21005-1846

United States 

Primary Point of Contact.:

Myra G. Pilachowski,

Contract Specialist

myra.g.pilachowski.civ@mail.mil

Phone: 4438614590

Secondary Point of Contact:

Myra G. Pilachowski,

Contract Specialist

myra.g.pilachowski.civ@mail.mil

No comments: