SOURCES SOUGHT
C -- WEB SERVICES INTEGRATION SUPPORT
- Notice Date
- 9/18/2012
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
- ZIP Code
- 20755-0549
- Solicitation Number
- WebServices
- Archive Date
- 11/2/2012
- Point of Contact
- Jonelle Walters, Phone: 3012254060
- E-Mail Address
-
jonelle.g.walters.civ@mail.mil
(jonelle.g.walters.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION for DEFENSE INFORMATION SYSTEMS AGENCY (DISA) OFFICE OF THE CHIEF TECHNOLOGY OFFICER (CTO) WEB SERVICES INTEGRATION SUPPORT THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION IS AVAILABLE AT THIS TIME. I. BACKGROUND. The DISA Chief Technology Office(CTO) facilitates the rapid implementation, transition, and insertion of advanced technology and concepts from research and experimentation through pilot and prototyping events to transition into deployment and full-scalable implementation within DISA and Department of Defense (DoD) Global Information Grid (GIG) Programs of Record (POR) and implementation. The Office of the CTO (OCTO) coordinates and facilitates the rapid insertion of these innovative concepts and technologies into the set of Global Information Grid capabilities in support of warfighter missions with Joint and Coalition Forces. DISA's Research Insertion and Development teams engage with Combatant Commanders (COCOM), services, agencies, and coalition partners to explore new technologies to meet operation needs while building partnerships that better utilize net-centric warfare concepts and DISA enterprise services. The OCTO requirements include: A. System and software engineering support to the government through consulting, architecting, designing, and deployment of applications, systems, and software during prototyping, piloting and enterprise deployment efforts including shoulder to shoulder engineering with the PORs or other partners. This work includes designing, implementing, and evaluating software and application deployments to determine readiness for enterprise use while determining approaches to incorporate the cross domain solution into final deployed solutions. B. Engineering expertise in the evaluating of designs and software and system implementations in order to determine if there are security issues or vulnerabilities in the planned or current implementations and ensure that the designs and implementation adhere to the DoD approved security designs and implementations. C. Cleared professionals who have both the strong technical expertise and performance. D. Web and enterprise service implementation expertise to evaluate and test applications, systems, mobile app deliveries, and software delivery. Knowledge of technical standards, including but not limited to, SOAP, REST, XMPP, WS_Notification and WS_Eventing, SAML, and current approved technical standards in network and software implementations as expressed in the DoD IT Standards Registry (DISR). E. Engineering expertise to include, but not limited to, design reviews, code reviews, and evaluations of current and planned implementations, prototypes and pilots. F. Engineering expertise in current and emerging web/mobile application technologies such as Mobile Device Management (MDM). II. PURPOSE The purpose of this Request for Information (RFI) is to assess the capabilities of small businesses to address the COCOMS' needs to build an in-source team to perform technology investigation, implement technologies to evaluation and determine possible solutions for use both in their community and the enterprise. The proposed vendor should have business acumen that will establish and be instituted by the DoD. The requirement is to provide Service Oriented Architecture (SOA) testing and engineering support to effectively implement Web Services, applications, and systems in support of the warfighter, COCOM missions across DoD, and our mission partners. DISA CTO requires a minimum classification of Top Secret -Special Compatmentalized Information (TS-SCI). This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with (IAW) FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government for forming a binding contract. The government will not reimburse companies for any costs associated with the preparation and submission of RFI responses. All proprietary information received in response to this RFI must be marked "Proprietary" and will be handled accordingly. Responses to the RFI will not be returned. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of $25.5M for NAICS code 541512. III. REQUESTED TECHNICAL INFORMATION. Interested vendors are requested to submit a maximum 10 page statement demonstrating their DoD knowledge, experience and capabilities to: A. Perform as subject matter experts in testing enterprise services provided to the Global Information Grid such as Enterprise Messaging, Security Services, Collaboration, Forward Caching and NGA's GEOINT Visualization Services. B. Use architecture designs and approaches to work in a Network Centric and Global Information Grid environment while providing expertise on methods and approaches to develop and implementation cross security domain solution for information sharing and integration into the future. C. Perform using existing and emergency technical standards related to web application, mobile development and deployment, and Cloud Computing implementations. D. Illustrate through examples and various implementation processes how the vendor provided experience in previous deployments, implementations, and projects in DISA or through other DoD or coalition partners. E. Mitigate security threats to critical operations and sensitive classified information (SCI). F. Perform using engineering expertise in designing, architecting, prototyping, and evaluating software, application and systems for use on the Global Information Grid on various computing platforms including mobile devices IV. REQUESTED CONTRACTUAL INFORMATION. Interested vendors shall submit the contractual information outlined below. A. Company information (i.e. company name, point of contact, address, phone number, and email). B. DUNS Number and CAGE Code C. Any current and/or active Government Wide Acquisition Contracts (GWACs), Multiple Award Contracts (MACs), or Blanket Purchase Agreements (BPAs), inclusive of the respective contract numbers, on which the contractor, as the prime contract holder, have the ability to support the Service Desk Support Model web integrated services. V. ASSESSMENT CRITERIA. The assessment of capability statements will be based on the criteria listed below. Respondents should limit submissions to data essential to the assessment. Any and all information obtained for these purposes will be used solely to assist the government in understanding the capabilities available in the marketplace and thus results will not be disclosed to respondents. All vendors will be assessed based on the following criteria: A. Demonstration of the vendor's knowledge of Cross Domain Enterprise as it relates to how cost and time would be captured to display to domain standup and accreditation. B. Demonstrate ability to manage and protect all client proprietary information for classified and unclassified storage data. C. Ability or demonstration of designing innovative security solutions that address current and emerging threats while adhering to current DoD Security designs and approved enterprise implementations. D. Demonstration to manage enterprise benchmarks and compliance measures by complying with standards and regulations through best practices. E. Demonstration of engineering expertise to evaluate designs and software and system implementations to determine if there are security issues or vulnerabilities in the planned or current implementations and assist the government in evaluating the designs and implementation adhere to the DoD approved security designs and implementations. F. Demonstration of engineering expertise in designing, architecting, prototyping, and evaluating software, application and systems for use on the Global Information Grid on various platforms including mobile devices. VI. SUBMISSION INSTRUCTIONS. Responses must specifically describe the contractor's capability to meet the requirements outlined in the RFI. Submissions should be single spaced and 12-point type with at least a one-inch margins on 8 1/2" X 11" page size. Additional pages submitted over the specified page limitation will not be assessed. Responses may also include any concerns that could be revised or should be considered by the Government as part of the Request for Proposal (RFP). Hard copy or facsimile submissions will not be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Failure to address all requirements of this RFI will result in a determination that the respondent is not capable of fulfilling the Service Desk Support Model requirement. Questions or clarifications to this RFI must be submitted, via email, to the Contracting Specialist. The opportunity for clarification of this RFI will not change the submission date identified above. Oral communications are not permissible. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. FedBizOpps will be the sole repository for all information related to this RFI. Defense Information Systems Agency (DISA) 6914 Cooper Drive, PL-61, Acquisition Bldg. 1st Floor Ft. Meade, MD 20755 Contracting Office Address 6914 Cooper Avenue, PL-61, Acquisition Bldg., 1st Floor Ft. Meade, MD 20755 Primary Point of Contact: Jonelle Walters Jonelle.g.walters.civ@mail.mil (301) 225-4060
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/WebServices /listing.html)
- Place of Performance
- Address: Defense Information Systems Agency (DISA), 6914 Cooper Drive, PL-61, Acquisition Bldg. 1st Floor, Ft.meade, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN02888228-W 20120920/120919002211-ec363ea01715a9b4222c492a31818b9f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |