1. INTRODUCTION
In accordance with Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.1.2.1 - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors. This is not a Screening Information Request (SIR) or Request for Proposal (RFP).
The FAA is not seeking or accepting unsolicited proposals.
This announcement is for information and planning purposes and is not to be construed as a commitment of any type by the Government. The Government will not reimburse any costs incurred by vendors in responding to this notice. Any costs associated with this Market Survey will be the sole responsibility of the vendor.
Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. The information received will not be released, except as required under the Freedom of Information Act (FOIA); proprietary information will be protected if appropriately marked.
At this time, the nature of the competition has not been determined. This Market Survey is intended to seek information from interested vendors of all sizes and types including large businesses. Both large and small businesses are encouraged to respond.
The FAA may request that one, some, all, or none of the respondents to this Market Survey/Sources Sought provide additional information, and vendor participation in any information session is not a promise for future business with the FAA.
2. BACKGROUND
The Federal Aviation Administration (FAA) National Airspace System (NAS) Security and Enterprise Operations (NASEO) (AJW-B) have a requirement to minimize the impact of cyber security events or incidents in support of availability and restoration requirements for Air Traffic Organization (ATO) systems and services. The FAA runs a multi-faceted cybersecurity program to protect the NAS in accordance with Federal Information Security Management Act (FISMA). The ATO Cybersecurity Group (ACG), a line of business under NAS NASEO within the ATO, is the lead organization for governing, implementing, and managing cybersecurity controls for NAS.
The President has declared that the “cyber threat is one of the most serious economic and national security challenges we face as a nation” and that “America’s economic prosperity in the 21st century will depend on cyber security”. The ATO Cybersecurity Strategic Plan advances progress toward a NAS mission space in which critical infrastructure remains secure and resilient; where critical and essential services continue to function under a range of cyber conditions; where NAS cyber security capabilities adapt to changing cyber threats and NAS operations withstand or rapidly recover from disruptions. The ever-increasing capability of cyber adversaries demand in-depth institutional knowledge of the critical infrastructure, which must be maintained to ensure resiliency of the mission space.
The ATO Cybersecurity Group (ACG) is responsible for the overall management of the ATO Cybersecurity. Their role is to integrate cybersecurity functions into NAS and ATO operations and provide an enterprise-wide view of cybersecurity risk with cybersecurity strategic planning. ACG secures NAS and ATO operated systems through authorization, continuous monitoring and ensuring compliance. The foundation for ATO Cybersecurity is about understanding and managing the risk in order to protect and enable the operational mission.
3. PURPOSE
The purpose of this market survey is to solicit statements of interest from businesses capable of providing the following services (below) for the ATO Cybersecurity Program, Engineering & Technical Services.
4. DESCRIPTION/SCOPE
All tasks noted (above) shall be in accordance with the following:
5. LOCATION OF WORK
Support under the contract may be performed on-site at FAA Headquarters (HQ) in Washington, DC, or the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City and/or the William J. Hughes Technical Center in Egg Harbor Township, NJ and vendor facilities to accomplish the tasks.
6. NAICS CODE
The North American Industry Classification System (NAICS) code for this procurement has not yet been finalized, but the predominate effort is 541330 - Engineering Services Except Military and Aerospace Equipment and Military Weapons.
7. SUBMITTAL REQUIREMENTS FOR RFI
Interested sources should respond to this RFI/Market Survey by providing a Capability Statement in accordance with the requirements below:
A. One (1) cover page that includes:
Capabilities Statement should NOT include:
B. The Capabilities Statement (maximum of 12 pages including a cover sheet) should demonstrates:
D. Capabilities Statement Format
8. DELIVERY OF SUBMITTALS
Responses must be submitted via email to:
Elizabeth H. Williams
Contracting Officer, AAQ-320
The email subject line must state the SAM.gov announcement number followed by the company name. Individual e-mail message size (i.e., email body text plus any attachments) must not exceed 10 MB. If more than one email is required to complete a respondent’s submission, then in the email subject header following the company name, state which submission in the sequence is contained in the given email and the total number of email submissions being made by respondent (i.e., Email 1 of 2, Email 3 of 3, etc.)
Any proprietary or confidential information contained in the market survey submissions must be appropriately marked.
All submissions in response to this announcement must be submitted by email to the address above by 5:00 PM EDT on July 10, 2024. Submissions prior to the requested submission date are encouraged and will be accepted. Telephone calls or paper submissions will not be accepted. Submission of electronic files on digital data storage media (i.e., Blu-ray, DVD or CD; flash drives) will NOT be accepted.
Comments and questions on the Market Survey are not considered part of the response submission. The FAA will not provide feedback on any of the submitted materials.
For questions, requests for additional information, etc. regarding this market survey, contact Elizabeth H. Williams at the email address listed above.