Cyber Hunt RFQ

Highly Adaptive Cybersecurity Services (HACS)

Penetration Testing
Request for Quote Template

SECTION A – GENERAL INFORMATION

(SAMPLE LANGUAGE IN RED)

[DISCLAIMER: The language contained herein is just a sample of what can be used. There is no requirement or expectation that your agency’s RFQ use the same language.]

Date: TBD

NAICS: TBD

Solicitation Number: TBD

Solicitation Title: Highly Adaptive Cybersecurity Services (HACS) Penetration Testing

Contracting Office Address: Prospective Offerors

Attached is Request for Quote (RFQ) No. TBD for Highly Adaptive Cybersecurity Services (HACS) Support for the Insert agency name. This RFQ is being completed in accordance with FAR Subpart <TBD> among companies on Information Technology (IT) Schedule.

It is the government’s intention to place a single <Insert Contract Type> task order for a base <TBD> period of performance with <TBD> options beginning at task order award. Contractors may be awarded a task order that extends beyond the current term of their Schedule contract as long as there are options in their Schedule contract that, if exercised, will cover the task order’s period of performance.

SECTION B – SCHEDULE OF SUPPLIES OR SERVICES AND PRICES/COSTS

(SAMPLE RFQ LANGUAGE IS IN RED)

[DISCLAIMER: The language contained herein is just a sample of what can be used. There is no requirement or expectation that your agency’s RFQ use the same language.]

B.1 GENERAL

The contractor shall perform the effort required by this Request for Quote (RFQ) on a <Insert Contract Type> basis. The work shall be performed in accordance with the terms and conditions of this RFQ, the contractor’s Schedule Contract, and the resulting task order.

B.2 SERVICES AND PRICES/COSTS

Contractors are required to price for the base <Insert period here> and each option <Insert period here>, separated by program area as identified below. The proposed rates must be based on the rates awarded in the contractor’s Information Technology (IT) Schedule 70 Pricelist.

The prospective offeror is to propose the anticipated hours it expects to perform within each labor category for the entire period-<Insert period here> (assuming a 40-hour work week minus government holidays, any sick and leave hours anticipated for the base-<Insert period here> and each of the option <Insert period here>) for each CLIN. Use your normal business practice.

B.2.1 CONTRACT LINE ITEMS (CLIN)

Refer to the Statement of Work under Section C for a complete description of the requirements. The Government reserves the right to make an award for any or all of the contract line items listed below.

All proposed rates must be for the government’s site.

BASE PERIOD <Insert period here>

CLIN / Position Description and CLIN # from IT Schedule 70 / IT Schedule 70 Pricelist Hourly Rate / Proposed Hourly Rate (Including offered Discounts) / Quantity - Hours / Extended Total
0001 / $ / $ / $
0002 / $ / $ / $
0003 / $ / $ / $
0004 / $ / $ / $
TOTAL ESTIMATED LABOR PRICE FOR BASE <Insert period here> / $

The labor categories awarded under Schedule 70 will be used to enable the Offeror to fulfill this requirement. Indicate all applicable Schedule 70 rates and any discounts offered. When there are several levels of a given labor category in a Schedule 70 contract, please indicate which level you are referencing in your pricing matrix, also, please add to option year(s).

OPTION PERIOD 1<Insert period here>If needed

CLIN / Position Description and CLIN # from IT Schedule 70 / IT Schedule 70 Pricelist Hourly Rate / Proposed Hourly Rate (Including offered Discounts) / Quantity - Hours / Extended Total
0005 / $ / $ / $
0006 / $ / $ / $
0007 / $ / $ / $
0008 / $ / $ / $
TOTAL ESTIMATED LABOR PRICE FOR OPTION <Insert period here> / $

The labor categories awarded under Schedule 70 will be used to enable the Offeror to fulfill this requirement. Indicate all applicable Schedule 70 rates and any discounts offered. When there are several levels of a given labor category in an Schedule 70 Stars II contract, please indicate which level you are referencing in your pricing matrix, also, please add to option year(s).

Totals:

Description
/ Total
BASE PERIOD <Insert period here> CLINS (0001, 0002, 0003, 0004) / $
OPTION PERIOD 1 <Insert period here> CLINS (0005, 0006, 0007, 0008) / $
TOTAL FIRM FIXED PRICE (BASE <Insert period here> & OPTION <Insert period here>) / $

SECTION C – STATEMENT OF WORK (SOW)

[DISCLAIMER: The language contained herein is just a sample of what can be used. There is no requirement or expectation that your agency’s RFQ use the same language.]

C.1 OVERVIEW AND BACKGROUND

Cybersecurity is the ability to protect or defend the use of cyberspace from cyber-attacks. Cybersecurity is an umbrella term that incorporates different IT strategies that protect networks (i.e., identity management, risk management, incident management and privacy). Information Assurance (IA) employs measures that protect and defend information and information systems by ensuring their availability, integrity, authentication, confidentiality, and non-repudiation. These measures include providing for restoration of information systems by incorporating protection, detection, and reaction capabilities.

As information technology (IT) has continued to evolve, so have the threats to data security, individual privacy, and the continued operation of the Federal government’s information technology assets.

C.2 OBJECTIVE

The <Insert agency name seeks Penetration Testing services to support the <Insert agency name initiatives.

C.3 SCOPE

The contractor shall <Insert scope of services required>

<Insert description of your office>

The contractor shall be familiar with Federal policies, program standards and guidelines such as but not limited to:

·  <Insert laws and regulations>

C.4 REQUIREMENTS/TASKS

The contractor shall provide the expertise, technical knowledge, staff support, and other related resources necessary to assist the <Insert agency name> with meeting requirements defined in section C.4 (make election based on service needs).

Penetration Testing is security testing in which assessors mimic real-world attacks to identify methods for circumventing the security features of an application, system, or network.

Tasks include but are not limited to:

§  Conducting and/or supporting authorized penetration testing on enterprise network assets

§  Analyzing site/enterprise Computer Network Defense policies and configurations and evaluate compliance with regulations and enterprise directives

§  Assisting with the selection of cost-effective security controls to mitigate risk (e.g., protection of information, systems, and processes)

Knowledge Areas include but are not limited to:

§  Knowledge of penetration testing principles, tools, and techniques (e.g., metasploit, neosploit, etc.)

§  Knowledge of general attack stages (e.g., footprinting and scanning, enumeration, gaining access, escalation of privileges, maintaining access, network exploitation, covering tracks, etc.)

§  Ability to identify systemic security issues based on the analysis of vulnerability and configuration data

C.5 OVERTIME

Overtime hours can only be approved by the acquiring agency’s Contracting Office. Overtime will be in accordance with the underlying GSA Schedule contract.

C.6 SECURITY REQUIREMENTS

INFORMATION SECURITY REQUIREMENTS

All work that is associated with government information, systems, and information security must be in compliance with the Federal Information Security Modernization Act of 2014 as implemented by Federal Information Processing Standards Publication 200 (FIPS 200), “Minimum Security Requirements for Federal Information and Information Systems.” This standard specifies minimum-security requirements Federal agencies must meet. The appropriate security controls and assurance requirements to be selected are described in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-53, “Recommended Security Controls for Federal Information Systems and Organizations” and associated documents. Specific impact levels required (per FIPS 200) for government information and information systems may vary and will be specified as requirements are identified.

PERSONNEL ACCESS TO GOVERNMENT INFORMATION AND FACILITIES

<Complete this section based on agency requirements>

Applicants will not be reinvestigated if a prior favorable adjudication is on file with FPS or there has been no break in service, and the position is identified at the same or lower risk level.

CONTROLLED UNCLASSIFIED INFORMATION (CUI) STORAGE AND DISCLOSURE

Controlled Unclassified Information (CUI), data, and/or equipment will only be disclosed to authorized personnel on a need-to-know basis. The Contractor shall ensure that appropriate administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, and/or equipment is properly protected. When no longer required, this information, data, and/or equipment shall be returned to the Government. The Government will determine the fate of such information, data, and/or equipment. If the Government determines that such information, data, and/or equipment is to be sanitized, it shall be accomplished in accordance with NIST SP 800-88, Guidelines for Media Sanitization.

PROTECTION OF INFORMATION

The contractor shall be responsible for properly protecting all information used, gathered, or developed as a result of work under this contract. The contractor shall also protect all Government data, equipment, etc. by treating the information as sensitive. All information about the systems gathered or created under this contract should be considered as CUI. It is anticipated that this information will be gathered, created and stored within the primary work location. If contractor personnel must remove any information from the primary work area they shall protect it to the same extent they would their proprietary data and/or company trade secrets. The use of any information that is subject to the Privacy Act will be utilized in full accordance with all rules of conduct as applicable to Privacy Act Information.

CONFIDENTIALITY AND NONDISCLOSURE

The preliminary and final deliverables, all associated working papers, and any other materials generated by the contractor in the performance of this task order are the property of the U.S. Government and must be submitted to the COR at the conclusion of the task order. All documents produced for this project are the property of the U.S. Government and cannot be reproduced, or retained by the contractor. All appropriate project documentation will be given to <Insert agency name during and at the end of this contract. The contractor shall not release any information without the written consent of the Contracting Officer. Any request to the contractor for information relating to the resulting Task Order must be submitted to the Contracting Officer for approval prior to release.

Personnel working on any of the described tasks, at the Government’s request, will be required to sign formal nondisclosure and/or conflict of interest agreements to guarantee the protection and integrity of Government information and documents.

INDIVIDUAL NONDISCLOSURE AGREEMENTS

The contractor’s employees assigned to any task order under this task order shall be required to sign contract specific Nondisclosure Agreements (NDAs) and/or Individual Conflict of Interest (COI) forms which become part of the Organization Conflict of Interest plan

C.7 GENERAL COMPLIANCE REQUIREMENTS

Acquiring agency’s information systems are the property of the Government. The contractor shall be responsible for adhering to all aspects of the Privacy Act and is prohibited from removing from the worksite any programs, documentation, or data without the knowledge AND written approval of the COR.

Information Technology Resources

In accordance with FAR 39.105, this section is included in the contract. This section applies to all users of sensitive data and information technology (IT) resources, including awardees, contractors, subcontractors, lessors, suppliers and manufacturers.

The following <Insert agency requirements here> policies must be followed. These policies can be found at <Insert location here>.

<List agency policies here>

The contractor and subcontractors must insert the substance of this section in all subcontracts.

C.8 DELIVERABLE SUBMISSION, INSPECTION AND ACCEPTANCE – GENERAL

All deliverables will be submitted to the acquiring agency’s Contracting Officer’s Representative (COR) with a copy to the acquiring agency’s Contracting Officer (CO). Inspection and acceptance of all work performance, reports, and other deliverables under this task order shall be performed by the Contracting Officer’s Representative.

C.8.1 DELIVERABLES

All written deliverables require at least two iterations – a draft and a final. The final document must be approved and accepted by the Government prior to payment submittal. The contractor shall submit draft and final documents, using Microsoft 2007 or later, to the Government electronically. The Government requires <insert> business days for review and submission of written comments to the contractor on draft and final documents. The contractor shall make revisions to the deliverables and incorporate the Government’s comments into draft and final deliverables before submission. Upon receipt of the Government comments, the Contractor shall have five business days to incorporate the Government's comments and/or change requests and to resubmit the deliverable in its final form.

MEDIA: The contractor shall provide electronic copies of each deliverable. Electronic copies shall be delivered via email attachment or other media by mutual agreement of the parties. The electronic copies shall be compatible with MS Office products or other applications as appropriate and mutually agreed to by the parties.

All deliverables will follow an established uniform naming convention (UNC) as defined by for the duration of the period of performance.

SAMPLE LIST OF DELIVERABLES

DELIVERABLE / SOW
REFERENCE / DELIVERY
DATE
Project Management Plans / Insert related SOW Reference / NLT 5 business days after task assignment
Meeting Briefings/Presentations / Insert related SOW Reference / NLT 5 business days prior to scheduled meeting
Rules of Engagement / Insert related SOW Reference / NLT 3 business days after the scheduled meeting
Status Reports / Insert related SOW Reference / NLT the 15th of each month
Final Reports / Insert related SOW Reference / NLT 5 business days after task assignment

Any issues that cannot be resolved by the contractor in a timely manner shall be identified and referred to the COR.

The COR is designated by the Contracting Officer to perform as the technical liaison between the contractor’s management and the Contracting Officer in routine technical matters constituting general program direction within the scope of this Task Order. Under no circumstances is the COR authorized to effect any changes in the work required under this Task Order whatsoever, or enter into any agreement that has the effect of changing the terms and conditions of this Task Order or that causes the contractor to incur any costs. In addition, the COR will not supervise, direct, or control contractor employees.