Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2012 FBO #4024
SOURCES SOUGHT

D -- Static and Dynamic Code Checking Pilot

Notice Date
11/28/2012
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
PL83110031
 
Archive Date
1/2/2013
 
Point of Contact
Tina M. Voss, Phone: 618-229-9266, Anne K Keller, Phone: 618-229-9504
 
E-Mail Address
tina.m.voss.civ@mail.mil, anne.k.keller.civ@mail.mil
(tina.m.voss.civ@mail.mil, anne.k.keller.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Defense Information Systems Agency (DISA) Program Executive Office - Mission Assurance and Network Operations Static and Dynamic Code Checking Pilot CONTRACTING OFFICE ADDRESS: Defense Information Systems Agency, Defense Information Technology Contracting Organization (DITCO), 2300 East Drive, Scott AFB, IL, 62225-5406 DESCRIPTION: PURPOSE: The Defense Information Systems Agency (DISA), Program Executive Office - Mission Assurance (PEO-MA), is conducting this Request for Information (RFI) as market research to determine sources with competencies to promote information assurance by supporting DISA's cyber innovation initiative for the Department of Defense (DoD) to assess capabilities which can support DoD that exist within the current market place. DISA is a Combat Support Agency that provides engineering support to joint war fighters, national level leaders, and other mission & coalition partners. The PEO-MA's intent is to implement, assess, and evaluate technologies through prototyping various code checking capabilities from the commercial market place. The code checking pilot will acquire, implement, and evaluate code checking capabilities. The code checking pilot will assess the utility and viability of implementing code checking solutions to the enterprise to support the development and deployment of web and mobile applications. This pilot will evaluate and assess whether code checking capabilities can be updated and refined to add additional assessment criteria and security compliance requirements based on updated Security Technical Implementation Guides (STIG) and relevant criteria expressed by the DoD Information Assurance (IA) community. DISA seeks industry partners who can respond to these objectives by delivering additional, enhanced capabilities. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for the Static and Dynamic Code Checking Pilot effort. 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. All interested contractors (both large and small) are requested to provide written response to the questions below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, market maturity and technical capabilities within the Large and Small Business Community to provide the required capabilities. REQUEST FOR INFORMATION: This Request for Information is requesting responses to the following criteria from both large and small businesses under the North American Industry Classification System (NAICS) Code 541511. In addition to Small Businesses, this Request for Information is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, and Small Business Teaming Partners. Please identify your company's category and list the contract vehicle(s) your solution may be acquired through in your response. This information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract plan small business goal percentages. All interested vendors are requested to provide a written response to the questions below. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this RFI, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partnering would be combined to meet the specific requirements contained in this RFI. REQUESTED INFORMATION: Interested vendors are requested to submit a maximum 15-page statement of their company's capabilities with respect to the following: 1. Describe your ability to provide static code checking software and solutions. 2. Describe your ability to provide dynamic code checking software and solutions. 3. Describe your ability to develop static code checker capabilities. 4. Describe your ability to develop dynamic run-time checker capabilities. 5. Describe your authoritative knowledge of byte-code or binary code checking capabilities. 6. Describe your knowledge of byte-code or binary code checking capabilities. 7. Describe your knowledge of dynamic code checking software integration, configuration, and engineering support. 8. Describe your ability to staff these requirements with personnel who have the necessary security clearances (SECRET - up through TS SCI) to perform the work. RESPONSES: Responses should include the (1) business name and address; (2) name of company representative and their business title; (3) Business Size (for small businesses include small business category); (4) Cage Code; 6) Applicable NAICS code(s); and (7) contract vehicles available that would be available to the Government for the procurement of the services, to include General Service Administration (GSA), NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. The responses should be in a white paper format, no longer than 15 pages in length. Address the capability questions posed above. All questions regarding this RFI shall be submitted in writing by email to amanda.s.roth3.civ@mail.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 12 December 2012 will be answered. Firms who wish to respond to this RFI should send responses via email NLT 18 December 2012 at 5:00 PM Eastern Time (ET). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Interested vendors should forward their capabilities and other information to be considered to Amanda Roth amanda.s.roth3.civ@mail.mil, Tina Voss tina.m.voss.civ@mail.mil, and disa.meade.peo- ma.mbx.acquisition@mail.mil. 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 RFI 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL83110031/listing.html)
 
Place of Performance
Address: DISA Ft. George G. Meade Facility, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN02938698-W 20121130/121128234738-8907ba3e98678fa55603dbbc7de7e6b8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.