RFI: Comply-to-Connect (C2C) framework (Соединенные Штаты Америки - Тендер #41358743) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Организатор тендера: DEFENSE INFORMATION SYSTEMS AGENCY (DISA) Номер конкурса: 41358743 Дата публикации: 01-05-2023 Источник тендера: Государственные закупки США |
||
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
REQUEST FOR INFORMATION - 832366638
The Defense Information Systems Agency (DISA), Digital Capabilities and Security Center (DCSC) Endpoint Division (ID3) is seeking information for software or architectural solutions to meet a Comply-to-Connect (C2C) framework and business processes with the capability of orchestration.
THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME.
BACKGROUND:
The C2C framework is a comprehensive cybersecurity framework of tools and technologies designed to increase cybersecurity efficiency across DoD’s current and emerging operational environments consisting of multiple capabilities orchestrated to meet the technical characteristics listed below. These imperatives create a significantly greater level of compliance, automation, situational awareness, and result in a superior network understanding, thus dramatically improving the Department’s cybersecurity posture.
The DoD Chief Information Officer (CIO) Deputy for Cybersecurity (DCIO/CS) directed DISA to create a program office to seek standardization of the capability with DCIO/CS and United States Cyber Command (USCYBERCOM) oversight. Since 2021, The DISA C2C Program Management Office (PMO) has provided Forescout licensing for the DoD Enterprise as the solution to meet DoD CIO objectives.
OBJECTIVE:
C2C is a framework of managing access to the network and its information resources by restricting access for those devices that do not comply with established standards and configurations. The DISA ID3 C2C PMO is seeking information for potential solutions for the Comply-to-Connect (C2C) Program. C2C enables the ability to conduct defensive cyber operations (DCO) in response to detected and nascent threats by providing critical enabling information for the development of a common operating picture (COP).
The specific areas of focus, referred to as the DoD CIO C2C Steps, are:
Step 1: Discover and Identify
Step 2: Interrogate
Step 3: Auto Remediate
Step 4: Authorize Connection
Step 5: Situational Awareness and Enforcement.
The C2C solution will allow continuously updated visibility of all IP endpoint, network infrastructure, and internet of things (IOT) device connections. By identifying the non-compliant and previously unidentified devices, DoD will be able to limit the access of these assets and mitigate risk in an automated fashion, which will significantly increase the security posture of the DoDIN. In addition, C2C will support segmentation of compliant devices based on device type, operational/functional impact, sensitivity, and security risk. This segmentation will restrict an adversary’s ability to traverse the network, protect access to sensitive data, and allow easier remediation upon discovery, providing an automation solution that is reliable, timely, and allows for comprehensive reporting on critical cyber security metrics.
The anticipated Place of Performance for most of the work is the contractor’s facility. A portion of the work may require contractor physical presence at the DISA Headquarters facilities at Ft. Meade, MD.
TECHNICAL CHARACTERISTICS:
REQUESTED INFORMATION:
Based on the information provided in the previous sections, interested vendors should provide the following in response to the RFI:
Please include the following non-technical information:
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
Response Guidelines:
Interested parties are requested to respond to this RFI with a white paper. Submissions cannot exceed 10 pages, single spaced, 12-point type with at least one-inch margins on 8 1/2” X 11” page size. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the contractor’s capability to meet the requirements outlined in this RFI. Oral communications are not permissible. Sam.gov will be the sole repository for all information related to this RFI.
Companies who wish to respond to this RFI should send responses via email no later than May 05, 2023 at 12:00 PM CST to J.C. Wilson, Jason.c.wilson66.civ@mail.mil, Danni Schwend, danielle.m.schwend.civ@mail.mil, and Joshua High, joshua.j.high.civ@mail.mil
Industry Discussions:
DISA representatives may choose to meet with potential offerors and hold one-on-one discussions. Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks.
Questions:
Questions regarding this announcement shall be submitted in writing by e-mail to J.C. Wilson, Jason.c.wilson66.civ@mail.mil, Danni Schwend, danielle.m.schwend.civ@mail.mil, and Joshua High, joshua.j.high.civ@mail.mil . Verbal questions will NOT be accepted. Answers to questions will be posted to Sam.gov. The Government does not guarantee that questions received after May 05, 2023 at 12:00 PM will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses.
Disclaimer:
This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis.
All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, “Request for Information or Solicitation for Planning Purposes”, is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked “Proprietary” will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. 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.
| Document | File Size | Access | Updated Date |
|---|---|---|---|
| RFI 832366638 - Attachment A.xlsx (opens in new window) |
41 KB
|
Public |
May 01, 2023
|
| RFI 832366638 - Final.docx (opens in new window) |
33 KB
|
Public |
May 01, 2023
|